Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOURCES SOUGHT

63 -- Physical Security for Federal Court facilities in the U.S. and its Territories

Notice Date
2/22/2007
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, United States Marshals Service, Judicial Security Contracts Team, JSDC, Suite 600, CS3 3601 Pennsy Drive, Landover, MD, 20785-1612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DJMS-07-I-OSC-001
 
Response Due
3/13/2007
 
Description
This Request for Information (RFI) is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposal, or Request for Quotes. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. The U.S. Marshals Service (USMS) has statutory responsibility for the security of all Federal courts (5 USC Section 566(a)). The USMS also provides security in prisoner movement and operations areas and other auxiliary USMS spaces. The USMS works with the Government Services Administration (GSA) to design security systems for new buildings and the renovation of existing buildings. To accomplish this task, the USMS Service provides physical protection for Federal court facilities in the United States, as well as Puerto Rico, Virgin Islands, Guam and the Northern Marianas through the installation and maintenance of security equipment and systems. There are 94 Federal district courts; each state or territory has at least one or more Federal district courts. All Federal court functions may be resident in one court facility or in several different court facilities, depending upon the size of the district. Currently, there are approximately 900 court facilities in the U.S. and its territories. Facility types include GSA government owned facilities and leased facilities. The USMS is involved in all new and courthouse renovation construction projects. The USMS is considering new and innovative approaches to the physical security program that provides installation, maintenance, repair, inventory, security engineering, consulting, coordination services, design intent and drawing notations. CONTRACTOR REQUIREMENT: The contractor shall have the capabilities to provide installation, technical support, training, service, and preventative maintenance for all USMS currently installed physical security equipment. The USMS currently maintains an inventory of approximately 5000 items within the physical security program. These items include but are not limited to: duress buttons, door contacts, CCTV equipment (cameras, digital video recorders, video cassette recorders, and switching matrices) and access control equipment (card readers, servers, panels, keypads, and electric locks). All items are from a variety of manufacturers including but not limited to: Hirsch, American Magnetics, Pelco, Bosch, Northern, and CASI-RUSCO. A large number of currently installed CCTV and access control systems are in excess of eight years old. In addition to the physical security equipment USMS maintains an inventory of approximately 2000 items for the USMS of personnel screening equipment. These items are from a variety of manufacturers including: Smiths Detection X-rays, Rapiscan X-rays, Metorex walk thru metal detectors, CIEA metal detectors, Federal Labs walk thru metal detectors, and GE Ion track Itemiser 3. The majority of currently installed x-ray and walk through metal detectors are in excess of six years old. The USMS seeks a contractor(s) with capabilities to provide support for all USMS Physical Security Program equipment. The contractor shall be responsible for developing a life cycle replacement program for all operating system based equipment. This equipment includes but not limited to; Access Control Computers, Digital Video Recorders, X-ray machines, and explosive detectors. The contractor shall have capabilities to support the USMS physical security program by providing all previously mentioned services to facilities within the USMS physical security program. The contractor must be able to provide service and maintenance to these facilities within the required response time the majority of facilities require a 4-8 hour response time for service and maintenance. As part of the USMS physical security program all contractor personnel must comply with the personnel identity verification requirements as stated within Homeland Security Presidential Directive 12 (HSPD-12). The contractor shall provide the following information when responding to this Request for Information: 1. Brief summary of the company including; number of employees, number and location of field offices and geographic region of operation 2. Describe field office technical capabilities e.g. system programming, electrical infrastructure installation, networking, and locksmith capabilities (please indicate which capabilities are to be performed by sub-contractors) 3. Provide examples of recent installations of large enterprise access control systems; to include HSPD-12 compliant systems 4. Provide capabilities for troubleshooting, and repair of x-ray systems, trace detection systems, and walk thru metal detectors 5. Project management structure e.g. Operations manager, senior technician, apprentice technician 6. Describe how your company provides project management, inventory control, and maintenance reports to its customers 7. Describe your companys method for developing equipment life cycle replacement programs 8. Provide three references from past performance projects similar to this program (References can include Government and commercial projects) 9. Provide examples of installation standards used by all field personnel 10. Describe your companys training / education requirements for installation / service technicians 11. Describe your companys continuing training and education programs. HOW TO RESPOND: Please submit your response to this RFI vial e mail to BIZ.OPS.USMS@USDOJ.GOV by midnight March 13, 2007. Responses must include: company name, telephone number mailing address, e-mail and point of contact. Response package: The entire RFI response package should not exceed 15 pages, not including index and appendixes. Text font and point size: Times New Roman 12-point Margins: One-inch margins and full-line height/spacing (required) Graphics: Font recommended is Arial Narrow Font size should be no smaller than Arial Narrow 8 point Subsections: The responses shall be organized according to Contractor Requirements identified above as numbers 1-11. Some answers may be related; however responders should provide separate answers to each of the questions. PROPRIETARY INFORMATION: Proprietary information will be accepted; please mark it accordingly. Appropriate proprietary claims will be honored and protected to prevent improper disclosure. Responses shall be e-mailed to BIZ.OPS.USMS@USDOJ.GOV or mailed/delivered to one of the following addresses: MAILING ADDRESS ONLY: UNITED STATES MARSHALS SERVICE, OFFICE OF SECURITY CONTRACTS, CS-3 SUITE 600, WASHINGTON, D.C. 20530-1000 Attention: DJMS-07-I-OSC-001 FEDEX AND UPS DELIVERY ONLY: UNITED STATES MARSHALS SERVICE, OFFICE OF SECURITY CONTRACTS, CS-3 SUITE 600, 3601 PENNSY DRIVE, LANDOVER, MD 20785 Attention: DJMS-07-I-OSC-001
 
Place of Performance
Address: Various locations in the U.S. and its territories
Zip Code: 20530-1000
Country: UNITED STATES
 
Record
SN01236695-W 20070224/070222220424 (fbodaily.com)
 
Source
FedBizOpps 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.