Maryland Bids > Bid Detail

Physical Access Control System Pre-Solicitation and Site Survey Notice

Agency: TREASURY, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159617312926333
Posted Date: Jun 2, 2023
Due Date: Jun 20, 2023
Solicitation No: 2032H5-PACS
Source: https://sam.gov/opp/f0b6adaf4e...
Follow
Physical Access Control System Pre-Solicitation and Site Survey Notice
Active
Contract Opportunity
Notice ID
2032H5-PACS
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
INTERNAL REVENUE SERVICE
Office
NATIONAL OFFICE - PROCUREMENT OITA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 02, 2023 01:18 pm EDT
  • Original Published Date: Jun 01, 2023 03:31 pm EDT
  • Updated Response Date: Jun 20, 2023 02:00 pm EDT
  • Original Response Date: Jun 20, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 30, 2023
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Lanham , MD 20706
    USA
Description View Changes

The notice has been updated to make a correction to the NAICS Code. The correct NAICS code is 334290 Other Communications Equipment Manufacturing.



_____________________________________________



Physical Access Control System Pre-Solicitation and Site Survey Notice



This notice does not obligate the IRS/OITA to award a contract, nor does it commit the IRS/OITA to pay any costs incurred in the preparation and submission of proposals.



The Internal Revenue Service (IRS) has an upcoming requirement for the acquisition and installation and/or upgrade of physical security equipment (enterprise Physical Access Control System) EPACS)) at various IRS locations throughout the continental United States. The IRS is required to procure physical security equipment, inclusive of relative construction services to comply with Homeland Security Presidential Directive Twelve (HSPD-12) and Office of Management and Budget (OMB) Directive 11-11. The purpose of this acquisition is to replace the failing, obsolete and insecure IRS Physical Access Control Systems to assure continued physical access and maintain current security levels and assure compliance with FISMA and HSPD-12 requirements.



The Government intends to issue a single award Blanket Purchase Agreement (BPA). This requirement will be solicited via the General Services Administration (GSA) Federal Supply Schedules (FSS)/Multiple Award Schedule (MAS) Program under NAICS 334290 Other Communications Equipment Manufacturing. The anticipated period of performance (PoP) for the BPA includes a 12-month base period and four (4) 12-month option periods. It is anticipated that Task Orders will be issued against the subsequent BPA based on funding availability and need of services.



The procurement will be processed in accordance with Federal Acquisition Regulation (FAR) Part 8, Required Sources of Supplies and Services. The solicitation is expected to be released in early fourth quarter 2023 (Q42023), on the GSA e-Buy website at https://www.ebuy.gsa.gov/.



Brand Name “IDENTIV” Requirement



The Government intends to require the use of hardware items peculiar to the manufacturer of “IDENTIV” brand name items. A limited sources justification will be posted. The selected contractor shall have working knowledge of “IDENTIV PACS” hardware and their software capabilities. The use of “IDENTIV” items is required for interoperability with existing agency-supported identification management systems and logical access requirements.



Davis Bacon Act Wage Rate



Although this is not a construction contract, construction type services are performed as part of the PACS installation services. Davis Bacon Act (DBA) applies to this acquisition and DBA wage rates will be applicable. The selected contractor is required to ensure compliance with all changes to the DBA wage rates.



Previous Contract Information



BPA 2032H5-19-A-00045 was awarded to Johnson Controls Security Solutions, LLC in 2019.



Site Survey



This announcement also serves as notification of the IRS’s intent to hold two site surveys: 1) The first survey will be held on Thursday, June 22, 2023 (King of Prussia, Pennsylvania). 2) The second survey will be held on Monday, June 26, 2023 (Tampa, Florida). The site survey will be an opportunity to learn more about the technical aspects of the requirement. No contracting/solicitation information will be provided.



If you intend to submit a proposal/quote for the upcoming requirement and would like to attend one of the site surveys, please send an email to the Contracting Officer, Shantice Wright at shantice.m.wright@irs.gov. The IRS requests that you provide notification of your intent to submit a proposal/quote and your email address, company and position/title of each attendee with the email subject titled as “EPACS Site Survey date and Location” no later than 2:00PM EST on June 20, 2023. The email should contain the names of all attendees that will be at the site. The IRS is requesting that no more than two (2) attendees per company participate in this event due to space considerations. A confirmation email with the full address of the site survey will be returned.



All future information about this acquisition, including solicitation and solicitation amendments, will also be distributed solely through the GSA e-buy website at https://www.ebuy.gsa.gov/. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. At this time, the government is not accepting any questions, telephone or written requests for additional information regarding this requirement. Any and all updates will be posted on the GSA e-Buy website at https://www.ebuy.gsa.gov/.



Attachments



1) Draft Performance Work Statement (PWS) for the BPA



2) Draft PWS for Task Order



3) Draft EPACS IDIQ Site List


Attachments/Links
Contact Information
Contracting Office Address
  • 5000 ELLIN ROAD
  • NEW CARROLLTON , MD 20706
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >