Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

63 -- Nationwide MDI Security Network System

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
223-05-9902
 
Point of Contact
Lori Forgosh, Contract Specialist, Phone (301) 827-7044, Fax (301) 827-7101, - Susan Pearlman, Contract Specialist, Phone (301) 827-7046, Fax (301) 827-7101,
 
E-Mail Address
lforgosh@oc.fda.gov, spearlma@oc.fda.gov
 
Description
THIS PROCUREMENT IS FULL AND OPEN. The Food and Drug Administration (FDA) has a requirement for a full range of service, maintenance, installation and testing of Monitor Dynamics Inc. (MDI) security network systems at FDA facilities (approximately 89 locations) nationwide and in Puerto Rico. FDA?s requirement is intended to be a fixed price/indefinite delivery indefinite quantity contract for a base year and four (4) option years. Newly installed equipment must be tied into the existing FDA MDI security network system. The successful contractor shall provide certified MDI technicians, equipment, tools, perform full emergency and preventive maintenance, installation, service and repair of the FDA MDI security network systems. The security network system must be fully operational twenty-four (24) hours per day. Preliminary evaluation criteria are as follows: Minimum Mandatory Requirements Offeror must submit a summary statement, not to exceed two 8 ? by 11 inch pages in length, verifying the following minimum mandatory requirements: (1). At least five or more years of specialized experience in surveying and inspecting facilities for the configuration, installation and programming of MDI security system equipment; from small offices to major facilities of a campus nature. System experience shall include the installation and programming of network systems nationwide, and installation of CCTV systems, emergency call stations, bollards, barriers and other security needs as necessary, (2) Proven evidence of an established group of MDI trained and certified technicians available to respond to FDA installation problems, testing of all new equipment that is installed, and rectifying maintenance problems. (3) Proven evidence of an established group of specially trained and certified MDI network and database administrators to support the head end equipment, to include file servers, terminal servers, network routers and switches. Proven evidence of qualified personnel to maintain the head end file servers and database. Proven evidence of certification in MDI systems administration and appropriate Microsoft certifications for system and database administration, (4) Proven evidence of the capability to respond to all Headquarters facilities within 4 hours of receipt of call and within 24 hours to all field locations attended by guards, where there is an immediate need for service of perimeter security. Contractor must also be capable of responding to service requests for the main servers within 2 hours and have a 24-hour number for trouble calls, and (5) Demonstrated evidence that the Contractor has a sufficient number of personnel or subcontractor personnel located across the nation in order to provide service to all FDA facilities within the required timeframes. The solicitation will be available on the FedBizOpps web page at http://www.fedbizopps.gov and should be available for downloading on or about fifteen (15) calendar days after publication of this announcement with proposals due approximately 30 calendar days later. The Request for Proposals is open to all qualified contractors and the Best Value Method will be used to determine the awardee. Large businesses are required to submit an acceptable subcontracting plan setting forth goals for participation by small, small disadvantaged, and women-owned small business concerns with their proposals. Prospective offerors are responsible for downloading the solicitation, attachments and amendments. It is the offeror?s responsibility to monitor the FedBizopps web page for the release of the solicitation and any amendments. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and the Rehabilitation Act upon request. The Government will not be responsible for lost or delayed mail. If firm requests UPS or FedEx, please provide your account number on your request to be mailed via UPS or FedEx. Award is anticipated approximately October 28, 2004 or sooner. The NAICS code for this requirement is 561621 and the size standard is not to exceed $10.5M.
 
Place of Performance
Address: Nationwide and Puerto Rico
Country: USA
 
Record
SN00588215-W 20040521/040519211824 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.