Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOURCES SOUGHT

63 -- Nationwide Security System Installation Maintenance

Notice Date
5/4/2009
 
Notice Type
Sources Sought
 
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, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1056402
 
Archive Date
6/9/2009
 
Point of Contact
London L Johnson, Phone: 301-827-7041
 
E-Mail Address
london.johnson@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis. Responses to this publication are solicited to identify qualified sources, including 8(a) sources, small businesses, HUBZone small business and Service-Disabled Veteran-owned small business concerns that have the interest and ability to provide nationwide Monitor Dynamics, Inc (MDI) security network systems as detailed below. The NAICS code is 561621, which has a size standard not to exceed $12.5 million. The U.S. Food and Drug Administration (FDA) intends to award a fixed price/indefinite delivery, indefinite quantity contract for a base year and four 1-year option years for service, maintenance, installation, and testing of Monitor Dynamics, Inc (MDI) security system equipment and BOSCH CCTV camera equipment to include card readers, video intercoms, keypads, emergency call stations bollards, barrier arms and any other type of security equipment at FDA facilities (approximately 96 locations) nationwide and in Puerto Rico. Newly installed equipment must be tied into the existing FDA MDI security network system. The successful contractor will be required to provide certified MDI technicians at all times and other personnel, equipment, tools, transportation, diagnostic equipment, parts, materials, supervision and other items and services necessary to perform full preventive maintenance, installation, service and repair of FDA MDI Security system, Barcade (Foundry) network switch and Bosch CCTV camera systems, nationwide. The security network system must be fully operational twenty-four (24) hours per day. This advertisement seeks to identify the interest from potential Contractors for FDA’s nationwide MDI security network system contract. This is NOT a request for a formal proposal. Demonstrated ability of the Contractors expressing an interest must have the following minimum mandatory requirements (THESE REQUIREMENTS MUST BE ADDRESSED TO BE CONSIDERED FOR THIS PROCUREMENT): (1) At least eight (8) or more years of specialized corporate 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 stand-alone and network systems nationwide and installation of CCTV systems, emergency call stations, bollards, barriers and other security needs as necessary, (2) At least three (3) or more years of specialized corporate experience in surveying and inspecting facilities for the configuration, installation and programming of BOSCH CCTV systems to include at least one year experience with BOSCH BVMS, (3) Must have certified Barcade (Foundry) network personnel, (4) Proven evidence of an established group of MDI trained certified technicians available to respond to FDA installation problems, testing of all new equipment that is installed and rectifying maintenance problems, (5) 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, (6) Must respond to all Headquarter facilities within 4 hours of receipt of call and within 8 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 (7) Demonstrate 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. Responses must reference number 1056402 and include the following: (1) name and address of firm, (2) type of business (i.e. small business, small disadvantaged 8(a) certified, woman-owned small business, small disadvantaged (not 8(a) certified), service disabled veteran-owned small business, large business), (3) two points of contact: name, title, phone, fax, and e-mail, (4) DUNS and BRADSTREET number, (5) NAICS code, (6) Contactor’s capabilities statement: should summarize experience and knowledge relative to the following general areas as it relates to the scope of work, (7) list of customers covering the past 8 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and identify your role as either the Prime or Subcontractor. Responses shall be submitted via e-mail to the point of contact, Mrs London Johnson by May 25, 2009. Please direct any questions via e-mail to London Johnson at London.Johnson@fda.hhs.gov. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCE AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE. NO EXCEPTIONS. THE CLOSING DATE FOR RESPONSES IS MAY 25, 2009 by 12:00 pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82813bd70b338669dd0398e6fe70cb39&tab=core&_cview=1)
 
Place of Performance
Address: Nationwide and Puerto Rico, United States
 
Record
SN01808733-W 20090506/090504221516-82813bd70b338669dd0398e6fe70cb39 (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.