Maryland Bids > Bid Detail

Video Security System Installation & Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159876227565910
Posted Date: Apr 11, 2024
Due Date: May 6, 2024
Solicitation No: W9124J-24-R-SECU
Source: https://sam.gov/opp/e4e3d912c4...
Follow
Video Security System Installation & Maintenance
Active
Contract Opportunity
Notice ID
W9124J-24-R-SECU
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO SAM HOUSTON
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 11, 2024 12:00 pm CDT
  • Original Response Date: May 06, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Fort George G Meade , MD 20755
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a nonpersonal services contract to install, upgrade and maintain a Video Security Surveillance System within two (2) student company (Stu-Co) barracks located at the Army Public Affairs Center-Student Company Barracks, buildings 8606 and 8609, 6th Armored Cavalry Road, Ft. Meade, MD, 20755. The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding “brand name or equal to” OnGuard 32ESI Server System and Client Software License (See PWS). The government desires to procure services on a small business set-aside basis, provided that two (2) or more qualified small businesses. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.



This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSN. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement.



The anticipated North American Industry Classification System (NAICS) code is 561621 – Security Systems Services (except Locksmiths) The size standard for this NAICS code is $25M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why.



This is a new requirement. Attached is the draft Performance Work Statement (PWS).



RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSN, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:



1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SSN. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



2. Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s)/certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code.



3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008).



"Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a firsttier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.



4. Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.



6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.



7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.



8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS.



9. Questions for this source sought shall be submitted on or before 5:00 P.M. CST on 22 April 2024. Government Response will be provided within three (3) to five (5) business days after receipt of all questions.



10. Responses to this sources sought notice shall be submitted on or before 12:00 P.M. CST on 6 May 2024 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference "W9124J-24 RSECU" in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. Primary Point of Contact: Secondary Point of Contact: LaTasha Cardwell, Contract Specialist (email provide above) and Stephen Fuller, Contracting Officer (email provided above).


Attachments/Links
Contact Information
Contracting Office Address
  • MICC FSH OFFICE OF THE DIRECTOR 2205 INFANTRY POST ROAD BLDG 603
  • FORT SAM HOUSTON , TX 78234-1361
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 11, 2024 12:00 pm CDTSources Sought (Original)

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 >