Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
MODIFICATION

63 -- Request for Information

Notice Date
5/18/2007
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
561621
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Point of Contact
Deborah Locke, Deputy Assistant Director, Phone 202-353-3414,
 
E-Mail Address
deborah.locke@dhs.gov
 
Description
CHANGE in the Point of Contact name. This Request for Information (RFI)is asking that industry provide suggestions on best approaches arrived from their corporate experiences similar to what is described below. Immigration and Customs Enforcement is issuing a Request for Information (RFI) in support of the Federal Protective Services, Physical Security Branch. This RFI is for planning purposes only. ICE is soliciting suggestions and comments from industry regarding this requirement and will consider the information received to better understand industry capabilities as well as determine the best acquisition strategy. This RFI will allow potential offerors to judge whether or how they can satisfy ICE's requirement. ICE will use these responses to determine the type of contract vehicle to issue (indefinite-delivery, BPA, hybrid of several, etc.) to provide the services described. Interested firms are highly encouraged to participate in the establishment of our future requirement. It is asked that you share your professional experiences by offering an approach for fulfilling the needs of our organization. It should be noted that a solicitation is anticipated to be released on or about fall of 2007, with award(s) projected later that year with contract duration of five years. The contemplated contract would be awarded firm-fixed price. Interested offerors should submit their firm?s capability statement that adequately describes your company's ability, resources and approach to fulfilling this requirement. 1. GENERAL OVERVIEW OF REQUIREMENT Since The Homeland Security Act of 2002 had created the Department of Homeland Security (DHS) a new Federal department with the mission of preventing terrorist attacks within the United States, which includes safeguarding federal facilities. DHS through its Federal Protective Service (FPS) provides law enforcement and security services to all federal agencies that occupy facilities throughout the United States and its territories. To accomplish this task, the FPS provides physical protection for Federal 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 including vehicle barricades, pop-up bollards, vehicle retraining devices recommended for use, and methods of Crime Prevention Through Environmental Design (CEPTD), magnetometers both stationary and hand held, and X-ray machines. There are approximately 9,300 facilities with estimated square feet that range from 2,500 to 1,000,000. 2. SPECIFIC WORK Installation and purchasing of new equipment often require engineering design support on system?s layout. Installation of conduit, electrical, for security alarm sensors, access control systems, closed circuit television (CCTV), video and intercom systems, radionics alarm monitoring system, installation, site card access, duress alarms,expansion capabilities and other associated security equipment. Training on use of the newly installed equipment includes guidelines such as operations and maintenance manuals. Site card access and alarm monitoring capable for monitoring multiple large facilities; could exceed 1100 alarm points. Any systems installed must provide a capability for at least a 20% expansion. Biometrics equipment compatible with HSPD12 readers for future access control. PREVENTIVE MAINTENANCE (PM) and repair services for a variety of makes and models of security equipment that includes programming and servicing current equipment to insure compatibility with existing monitoring systems; Hirsch, Ademco, radionics, CADDx NX8E, or DMP Communicators. Service calls during normal business hours and after Hours available for on-call emergency services at all locations. Maintenance include Services on stationary and hand held magnetometers, and X-ray machines. QUALITY CONTROL PLAN outlining procedures for inspection of equipment, installation and maintenance inspection plan, plan for tracking and documenting service calls, response times, managing service calls on equipment under warranty, and managing one or more service call centers. If you provide lease of equipment, state any associated benefits. Tell us about your terms for leasing security equipment items. What are industry?s pros and cons for leased equipment versus purchased equipment? It is requested that you submit your information only once. SUBMIT via e-mail TO: Mary.Brewin@dhs.gov by May 31, 2007 OR if prefer, MAIL TO: address DHS/ICE Attn: Mary Brewin, Room 2208, 425 I Street NW, Washington DC 20536-0003. It is requested that you limit your capability statement describing comments of similar in nature description of work and limit to reasonable amount of pages or no more than ten pages. Please do not provide marketing material. The purpose of this request is merely reaching out to industry for information and comments to aide in our acquisition approach. Do not submit proprietary information. In addition to your capability, it is requested you provide your company?s Business Size (small or large), Business Type (woman owned, service disabled veteran, etc.) and if under a federal agreement or contract for similar services, such as a GWAC or GSA schedule. When responding to this RFI, reference announcement 561621 size standard under this NAICS code is nine million dollars in annual receipts. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response to this RFI. Respondents will not be notified of the results of this RFI. Please no phone calls. This RFI is our Government reaching out to our industry partners for assistance in support of an acquisition strategy for planning future requirements.
 
Place of Performance
Address: 425 I Street NW, Washington DC 20536
Zip Code: 20536
Country: UNITED STATES
 
Record
SN01298028-W 20070520/070518220447 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.