Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOURCES SOUGHT

63 -- Program Protection Security Services (PPSS)

Notice Date
9/11/2008
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACS, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807
 
ZIP Code
35807
 
Solicitation Number
HQ0147-08-SS01
 
Response Due
9/29/2008
 
Archive Date
10/14/2008
 
Point of Contact
Valarie Hall,, Phone: 2563139657, Penelope Russell,, Phone: 256-313-9644
 
E-Mail Address
valarie.hall@mda.mil, penelope.russell@mda.mil
 
Small Business Set-Aside
N/A
 
Description
Background The Missile Defense Agency mission is to develop and field an integrated, layered, ballistic missile defense system to defend the United States, its deployed forces, allies, and friends against all ranges of enemy ballistic missiles in all phases of flight. Provide integrated operational security to deployed and emerging weapon systems around the world and protection to missile defense technologies, facilities, information, and people through the implementation of an integrated, comprehensive, consistent and authoritative (ICCA) security management program. In support of the security management program a requirement in the area of Intrusion Detection Systems and Access Control Systems exists. Description THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This sources sought synopsis constitutes market research for a potential set- aside determination. MDA seeks potential sources to provide the below service for multiple MDA facilities (listed below). Install and maintain Intrusion Detection Systems (IDS) and Access Control System (ACS) for MDA facilities. Locations include, but are not limited to: Redstone Arsenal, AL (4 facilities), Huntsville, AL, (5 facilities), Colorado Springs, CO (4 facilities), Ft. Greely, AK, (3 facilities), Anchorage, AK (2 facilities), National Capital Region (NCR) (6 facilities). The ACS should support approximately 6,000 personnel and 1,700 associated IDS hardware components at the multiple MDA locations above. Potential sources must be able to install and maintain components on MDA fully integrated IDS, ACS (including, but not limited to, DIAMOND II, AMAG, and Hirsch Scramble System) and Closed Circuit Television (CCTV) system (including, but not limited to, VICON) in support of Sensitive Compartmented Information (SCI), Special Access Program (SAP), COMSEC and Open Storage facilities. The IDS and ACS must comply with the applicable provisions of the following regulations available at the following websites or you may request them from the Government Points of contact listed below. •DoD 5200.08-R, Physical Security Program, April 9, 2007 http://www.dtic.mil/whs/directives/corres/html/520008r.htm •DoD 5200.1-R, Information Security Program, January 1997 http://www.js.mil/whs/directives/corres/pdf/520001r.pdf •DCID 6/9, Physical Security Standards for Sensitive Compartmented Information Facilities, November 18, 2002 http://www.fas.org/irp/offdocs/dcid6-9.pdf •JAFAN 6/9, Joint Air Force – Army – Navy Physical Security Standards for Special Access Program Facilities, March 23, 2004 http://www.classmgmt.com/MEM1/lib/JAFAN.pdf • Underwriters Laboratory Standards for Safety, (UL) 2050, National Industrial Security Systems, September 10, 2003 •Federal Information Publication Standard (FIPS) 201, Personal Identity Verification (PIV) of Federal Employees and Contractors, March 2006 http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf •National Security Agency Central Security Service (NSA/CSS) Policy Manual No. 3-16 dated August 5, 2005 Minimal Qualifications for individuals: •SECRET clearance at contract award (interim clearances are NOT acceptable). •U. S. citizen. •Factory trained for the DIAMOND II ACS, as provided by General Electric (GE), AMAG, as provided by AMAG Technologies, VICON for the CCTV system and the Hirsch Scramble System. Potential sources should ensure personnel have the training for the IDS and ACS systems described above to perform the installation and maintenance. Relevant, recent and related experience within the last five years in the following areas: 1.IDS and ACS installation and maintenance (including, but not limited to, DIAMOND II, AMAG, and Hirsch Scramble System), and Closed Circuit Television (CCTV) system (including, but not limited to, VICON) to support Sensitive Compartmented Information (SCI). 2.Experience with FIPS 201 compliant Common Access Card (CAC) readers, with the ability to read both existing Proximity Cards and the new Contactless CAC. 3.Developing design drawings, cost estimates, equipments lists, plans, and schedules in support of installation and maintenance of the above security systems. 4.Management oversight and cost control of current contracts. Potential sources are invited to submit a maximum three-page capability statement with a minimum font size of 10cpi, along with a one-page cover letter to the contact information below as early as possible, but not later than 1000, CST, Sep 15, 2008. The anticipated North American Industrial Classification System (NAICS) category for this requirement is NAICS 561621 with a size standard of $11.5 million. In accordance with FAR 19.501, the Government reserves the right to solicit only small businesses if a sufficient number are determined to possess the required capabilities. The capability statement must summarize and describe the corporate strengths relating to the following criteria: 1. Describe your firm’s relevant experience related to the type of work specified above. Specifically, indicate experience in Diamond II, AMAG, Hirsch Scramble System and VICON. 2. Describe your firm’s familiarity and experience with applicable DOD/Federal regulations and procedures listed above; cite specific examples. 3. If you anticipate teaming based upon information provided in this announcement, identify the firm(s), if known, otherwise indicate a teaming arrangement is being contemplated and potential subcontractors will be identified as soon as available. Be sure to segregate this information on the capability statement by firm. The following information shall be included on the cover letter: Company name and address Primary point of contact (including phone and email) Alternate point of contact (including phone and email) Cage Code NAICS code Size status Disadvantaged business status, if any Applicable GSA schedule number, if any Firm’s annual receipts The Government will not pay for any materials provided in response to this notice. All information must be contained within the maximum three-page capability statement, excluding a one-page cover letter. Submit capability statements and any questions to Ms. Valarie Hall, Contract Specialist, at Valarie.hall@mda.mil The subject line for all electronic correspondence shall start with "Program Protection Security Services". NOTE: The MDA Server will delete all ZIP type files; so only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. MDA will not acknowledge receipt of capability statements. If a receipt is desired, firms should submit statements electronically and select “read receipt request” from electronic mail options. Potential sources are encouraged to monitor FBO for future announcements regarding this proposed procurement. Points of Contact Valarie Hall, Contract Specialist, 256-313-9657 or Valarie.hall@mda.mil Penelope Russell, Contracting Officer, 256-313-9644, Penelope.Russell@mda.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f78e74233fcfd504e8f452cb12755bbd&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 5222 Martin Rd, Redstone Arsenal, AL, Locations include, but are not limited to: Redstone Arsenal, AL (4 facilities), Huntsville, AL, (5 facilities), Colorado Springs, CO (4 facilities), Ft. Greely, AK, (3 facilities), Anchorage, AK (2 facilities), National Capital Region (NCR) (6 facilities)., Huntsville, Alabama, 35806, United States
Zip Code: 35806
 
Record
SN01668084-W 20080913/080911231436-d44bc5a2560d342167037da9e904ca71 (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.