Search Contract Opportunities

Post-wide Electronic Security System (ESS) Maintenance & Services

ID: W9124724R0011 • Type: Sources Sought

Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Electronic Security Systems (ESS) Maintenance & Services on a small business set-aside basis, provided 2 or more qualified small businesses will respond to this Sources Sought Notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 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 or consideration of a further set aside.

This notice is issued solely for information and planning purposes it 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. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Notice. 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561621- Security Systems Services (except Locksmiths) , with small business size standard is $ $25.0 million.

A continuing need is anticipated for EES which is currently being fulfilled by Government Purchase Card (GPC) Program. Attached is a draft copy of the Performance Work Statement (PWS) which includes the Performance Requirements Summary (PRS) and Technical Exhibit.

In response to this Sources Sought Notice, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Provide information in sufficient detail regarding 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. Supply information to help determine the basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

4. Provide information to help determine if the services for EES are commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition(s), action(s) that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at email: scott.d.kukes.civ@mail.mil or phone: (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 SAM.GOV notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

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

Background
The U.S. Government is seeking to procure Electronic Security Systems (ESS) Maintenance & Services on a small business set-aside basis, provided 2 or more qualified small businesses will respond to this Sources Sought Notice with information sufficient to support a set-aside. The U.S. Government encourages all small businesses, in all socioeconomic categories, to identify their capabilities in meeting the requirement at a fair market price or consideration of a further set aside.

Work Details
The Contractor shall provide qualified technicians to perform Preventive and Corrective maintenance, services, adjustments, and repairs of Intrusion Detection System (IDS) for Fort Liberty. The Contractor shall provide overall management, supervision, personnel, labor, generalized or specialized equipment necessary to maintain, repair, operate, and perform all the service functions of the Base Operations specified in the PWS. This shall be done IAW all the Terms, Conditions, General and Special Provisions, Specifications, Drawings, Attachments, and Exhibits contained herein or incorporated by reference.

Period of Performance
The contract will be performed within the occupied areas of Fort Liberty and at pertinent locations with equipment. The work schedule is from 0800 – 1600 Eastern Standard Time (EST) hours, excluding Federal holidays or when the Government facility is closed due to local or national emergencies.

Place of Performance
Fort Liberty is located in North Carolina across two counties (Cumberland & Harnett), and borders the towns of Fayetteville, Spring Lake, and Southern Pines. It consists of approximately 162,848 acres and 48,776,844 SQ FT of building space.

Overview

Response Deadline
March 1, 2024, 10:00 a.m. EST Past Due
Posted
Feb. 14, 2024, 4:07 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Fort Liberty, NC 28310 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
On 2/14/24 MICC Fort Bragg issued Sources Sought W9124724R0011 for Post-wide Electronic Security System (ESS) Maintenance & Services due 3/1/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561621 (SBA Size Standard $25 Million) and PSC R426.
Primary Contact
Name
Vandetta M. McGoogan   Profile
Phone
(910) 396-9728

Secondary Contact

Name
Jarvis Johnson   Profile
Phone
(910) 432-5558

Documents

Posted documents for Sources Sought W9124724R0011

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9124724R0011

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9124724R0011

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9124724R0011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 419TH CSB
FPDS Organization Code
2100-W91247
Source Organization Code
500036899
Last Updated
March 16, 2024
Last Updated By
vandetta.m.mcgoogan.civ@army.mil
Archive Date
March 16, 2024