Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

K -- Integrated Commercial Intrusion Detection System-II (ICIDS-II) hardware/software upgrade, corresponding training and for the perform of virtual Local Area Network (V-LAN) separation of the ICIDS-II to dedicated lines at Ft. Hood, TX.

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-05-R-0017
 
Response Due
9/21/2005
 
Archive Date
11/20/2005
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. 2. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and the Army Single Face to Industry (ASFI)(https://acquisition.army.mil/asfi/) and is issued as a Request for Proposals (RFP). The RFP number is W909MY-05-R-0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and Defense Federal Acquisition Regulations Supplement (DFARS) Change Notice 20050901. It is the contractor's responsibility to be famil iar with the applicable clauses and provisions. The clauses may be accessed in full text at these web addresses: Federal Acquisition Regulations (FAR): www.acqnet.gov/far DFARS: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. 3. The proposed contract action is for commercial services, which the Government intends to solicit and negotiate on an unrestricted basis (either large or small businesses basis) under the authority of FAR 13.5, Test Program For Certain Commercial Items. The NAICS code is 561621 SECURITY SYSTEM SERVICES (Except Locksmiths) and the Small Business Standard is $10.5 million. The U.S. Army CECOM Acquisition Center Washington (CACW) requests proposals for the services described herein and for prices in accordance with the Contract Line Item Numbers (CLINs) and Performance Based Statement of Work described below. Contractors sha ll provide separate pricing for each CLIN. CLIN 0001: ICIDS-II Operating System Hardware/Software Upgrade, Training and perform virtual Local Area Network (V-LAN) separation of the ICIDS-II to dedicated lines at Ft. Hood, TX. in accordance with the statement of work and the magnitude of effort desc ribed below. Work is to be completed 7 months from date of award. Quantity: 1/Unit of Issue: Job Price shall include all costs including labor, materials and travel. Order completion required within 7 months of date of award. All labor, materials and travel to be FOB Destination. Acceptance will be made by the technical point of contact to be ident ified at the time of contract award. STATEMENT OF WORK FOR FORT HOOD, TEXAS INTRUSION DETECTION SYSTEM SOFTWARE/HARDWARE UPGRADE 1. INTRODUCTION/BACKGROUND: The Government's requirement is to upgrade the Intrusion Detection System (IDS) command and control software and hardware, provide training and perform virtual Local Area Network (V-LAN) separation of the IDS to dedicated commun ications lines at Ft. Hood, TX. ICIDS-II is based on the MDI Security Systems Inc. SafeNet operating system. As such, contractor must be certified to work with this system. 2. SCOPE: Provide all labor, material and travel requirements to remove and replace existing Intrusion Detection System (IDS) command and control software and hardware within the provost marshal office, Sensitive Compartmented Information Facilities and R obert Gray Army Airfield. Train the user in the operation and system administration of new software and hardware and digitally separate the IDS communications infrastructure from the Ft. Hood Local Area Network (LAN) to a dedicated communications infrastru cture for the IDS. 3. REQUIREMENTS: a. The contractor shall replace front-end command and control hardware with dual file server configuration and software for the Integrated Commercial Intrusion Detection System-II (ICIDS-II) and will provide operator and systems administration training for the IDS located within the Provost Marshal Office (PMO). b. The co ntractor shall replace front-end command and control hardware with dual file server configuration and software for the Integrated Commercial Intrusion Detection System-II (ICIDS-II) and will provide operator and systems administration training for the IDS controlling access to the Sensitive Compartmented Information Facilities (SCIFS). This effort shall be conducted IAW the following regulatory guidance: * Director of Central Intelligence Directive 6/9 Physical Security Standards for Sensitive Compartmented Information Facilities (Effective 18 November 2002). * Defense Intelligence Agency would wide message DTG 231549Z DEC 03 SBJ UPDATED GUIDANCE FOR INTEGRATED COMMERCIAL INTRUSION DETECTION SYSTEMS (ICIDS) * Depart of Army Memorandum dtd 1 March 2004, SBJ Updated Guidance for Installation of Integrated Commercial Intrusion Detection Systems (ICIDS) in Army Sensitive Compartmented Facilities (SCIFS) c. The contractor shall replace front-end command and control hardware with dual file server configuration and software for the Integrated Commercial Intrusion Detection System-II (ICIDS-II) and will provide operator and systems administration training for the IDS located at Robert Gray Army Airfield. d. The existing MDI software version 5.6.3 shall be upgraded to the MDI 6.2.X Security Suite software system. e. The contractor shall be an MDI authorized vendor and fully certified on the MDI 6.2.X Security Suite. f. The contractor shall be an MDI authorized trainer and fully certified to conduct MDI 6.2.X Security Suite operator and system administrator training. g. The contractor shall conduct data transfer from the existing servers to the replacement servers and certify accuracy of the data transfer during Factory Acceptance Test (FAT) in a non-operational environment. h. The contractor shall ensure 100% uninterrupted Intrusion Detection System (IDS) coverage of protected zones during all system transition phases from the old system to the new system. i. The contractor shall develop a test plan for government approval and conduct a system Performance Verification Test (PVT) for the replaced command & control software & hardware. j. The contractor shall perform transition the IDS communications infrastructure from the existing Local Area Network (LAN) configuration to a dedicated Virtual-LAN (V-LAN) configuration. The LAN will be government provided and supported by the Ft. Hood Di rectorate of Information Management (DOIM). k. Upon successful completion of the PVT the contractor shall conduct a subsequent 30 system endurance test verifying new system operational availability. 4. PLACE OF PERFORMANCE: Fort Hood, Texas Office of the Provost Marshal and associated installation activities. 5. PERIOD OF PERFORMANCE: The period of performance for this effort shall be 7 months from date of award. 6. SECURITY: The work and services to be accomplished under this Delivery Order shall be unclassified. All personnel assigned to this effort shall have an approved National Agency Check (NAC) on file. MAGNITUDE OF EFFORT The following information is provided to approximate what the Government considers its requirements to be and is for information purposes only. Offerors are not required to use this estimate in the preparation of offers, but are advised that the Governmen t considers it to be an accurate representation of the effort required. Note: As detailed elsewhere in this synopsis/solicitation, any order resulting from this synopsis/solicitation is firm fixed price. As such, offerors are not required to provide a breakdown of their pricing in accordance with their offers. However, the Government reserves the right to request such a breakdown prior to award in order to determine responsibility. LABOR Program Manager: 160 Man Hours Senior ICIDS Systems Specialist: 1412 Man Hours ICIDS Systems Specialist: 884 Man Hours ICIDS Systems Engineer: 346 Man Hours CADD Technician: 240 Ma n Hours MATERIALS Upgrade to MP Fileservers and WS, 4 file servers (2 dual file servers - 8 hard drives), 3 monitor workstations, quad server set-up, software, license, 17 inch monitors, printers, modem, serial term, fat, and ram upgrade Upgrade to SCIF Fileservers and WS, 2 file servers (1 dual server - 4 hard drives), 1 monitor workstation (dual monitor.) Upgrade to GAF Fileservers and WS, 2 file servers (1 dual server - 4 hard drives), 1 monitor workstation (dual monitor.) UPS FOR ICIDS and other miscellaneous materials with travel sufficient to complete performance at Ft Hood, TX The type of purchase order being solicited is firm fixed price. Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The following FAR and DFARS provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items (Jan 2005). There are no addenda to this provision; 52.212-2 Evaluation - Commercial Items (Jan 1999) is not applicable, but see evaluation procedures below; 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 2005) w/ALT I (Apr 2002); 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003). There are no addenda to this provision; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2005) with the following clauses checked as applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005); 52.219-8 Utilization of Small Business Program Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)); 52.219-9 Small Business Subcontracting Plan (July 2005)(15 U.S.C. 637(d)(4)) with ALT II (Oct 2001) of 52.219-09 52.222-3, Convict Labor (June 2003)(E.O. 11755); 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201) 52.225-13 Restrictions On Certain Foreign Purchases (Dec 2003); 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201) 52.225-13 Restrictions of Certain Foreign Purchases (Mar 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer Central Contactor Registration (Oct 2003)(31 U.S.C. 3332); 52.239-1 Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a); DFARS 252.212-7000 Offeror Representations And Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) with the following clauses checked as applicable: 52.203-3 Gratuities (APR 1984); 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991)(10 U.S.C. 2416); 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996)(15 U.S.C. 637); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005)(41 U.S.C. 10a-10d, E.O. 1 0582); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004)(10 U.S.C. 2533a); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004)(Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts); 252.227-7015 Technical Data-Commercial Items (Nov 1995)(10 U.S.C. 2320); 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999)(10 U.S.C. 2321) 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631); and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631) Offerors are reminded to include completed copies of FAR 52.212-3, 52.212-3 ALT I, and DFARS 252.212-7000 with submitted quotes. All clauses shall be incorporated by reference in the order. Offers are requested to be submitted no later than 4:00 PM local time Washington, DC on 21 September 2005. Point of contact is Mr. Pearse A. McDade who can be reached at (703) 325-0410, or email Pearse.McDade@cacw.army.mil. Oral communications are not ac ceptable in response to this notice. Proposals should be submitted via facsimile to (703) 325-4995. Electronic quotes submitted via FEDBIZOPPS will not be accepted. All responsible sources may submit a quote, which shall be considered by the agency. All quotes should include pricing, a point of contact, name and phone number, completed copies of the organizational certifications and representations mentioned above, proof of MDI certification as detailed in the Statement of Work and the past performance i nformation described below. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. The Government intends to issue a single purchase order, for services detailed herein, resulting from responses to this solicitation, to the responsible offeror whose offer, conforming to this solicitation, will be most advantageous to the Government, proof of MDI Inc. certification, price and past performance considered. While price will be a significant factor in th e evaluation of offers, the final purchase order issuance will be based on proof of MDI Inc certification and a combination of the factors of price and past performance. Past performance will be considered more important than price. As such, the past per formance evaluation will be performed on a comparative basis, resulting in a best value determination. Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The offeror shall submit, as part of its offer, information on previously performed contracts, or on-going contracts that are similar to the Performance Based Statement of Work in t he solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and s hall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The offeror should not describe past performance histo ry in the offer. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offeror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offe rors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the offer of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, ma y not represent the most advantageous offer to the Government and thus, may be an unsuccessful offer when compared to the responses of other offerors. The offeror should provide the information requested above for past performance evaluation, or affirmati vely state that it possesses no relevant directly related or similar past performance. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully me et the requirements of the RFP. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFP.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00895224-W 20050916/050914212620 (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.