Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE FOR ACCESS CONTROL AND SECURITY CAMERA SYSTEMS MAINTENANCE

Notice Date
8/11/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-10-SS-0007
 
Response Due
8/18/2010
 
Archive Date
10/17/2010
 
Point of Contact
Jenifer M. Bordelon, 504-862-2466
 
E-Mail Address
USACE District, New Orleans
(jenifer.m.bordelon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-10-SS-0007. The NAICS code for this proposed acquisition is 561621 with a small business size standard of $12.5 million. The Government will use responses from this notice to make appropriate acquisition decisions regarding the availability of businesses capable of providing these services. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified businesses. The contract would be for a base period with 4 option period. This requirement is to provide comprehensive service and repair of both the access control and the security camera systems located throughout the New Orleans District buildings and grounds located at 7400 Leake Avenue, New Orleans, Louisiana. These services will cover both routine maintenance on all equipment and software associated with the systems and all repairs on hardware and software required to maintain the systems in a mission acceptable operational status at all times. The access control system includes the following: (1) Acceptable Operational Status is defined as: (a) no more than two (2) cameras inoperable at any given time due to hardware failure of cameras; (b) no camera inoperable more than 24 hours due to hardware failure of camera; (c) no card readers or magnetic locks on doors inoperable for more than four (4) hours due to hardware or software failure of access control system; (d) 100 percent of the camera and access control system must be operable 98 percent of the contract period of performance; and, (e) software updates must be installed and applied as required to maintain hardware compatibility with CAC cards and new cameras and equipment already installed. (2) Technical Qualifications are: Contractor must have sufficient technicians on staff that are Hirsch Velocity certified by Hirsch Electronics for the access control system and Bosch certified on Bosch camera equipment for the camera system to fulfill the terms of the contract. Contractor must also be vetted through USACE, Huntsville Center (CEHNC). Contractor must have ability to program the existing system to accept any and all new access cards as released for use and reprogram the existing system as required by USACE. (3) Response time for failure of system: This contract requires a two (2) hour on site response time after a trouble call is made to the contractor on a 24 hour basis 365 days a year. Also, a two (2) hour response telephone number must be supplied by the contractor to the USACE to report failures of the systems. (4) Training for USACE: Contractor must have the ability to provide training to USACE personnel on the access control/camera system and associated equipment upon award of contract. The base contract includes one 16 hour period of training for USACE personnel. (5) Preventative maintenance: For the first 12 weeks after the contract is awarded the contractor will provide a technician on site a minimum of one 8-hour day per week for maintenance and inspection of equipment and systems. For the remaining period of the contract the contractor will provide a technician one 8-hour day per 30-day period of the contract for maintenance and inspection of the systems. The software on the control console computer must be backed up on an external device to insure the data can be easily recovered in case of a catastrophic failure of the computer system. (6) Equipment and Labor: The contractor shall supply all management, supervision, labor, supplies, materials, and equipment (including bucket truck) required to effectively fulfill all requirements of this contract. Contractor must maintain a sufficient inventory of spare parts to prove the necessary response as listed in the Acceptable Operational Status portion of this contract. All interested companys having the above capabilities are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: (1) Companys name, address, telephone and fax numbers; (2) Identification of the company business size with proper certification, if applicable; (3) Past experience with maintenance of access control and security camera systems; and (4) Provide proof of certification by Hirsch Electronics for Hirsch-Velocity access control systems and certification by Bosch for Bosch camera equipment for camera systems. Responses must be limited to no more than 10 pages. The submission of a capabilities statement is not a prerequisite to any potential future offerings; however, participation will assist the Corps in tailoring the requirement to be consistent with industry capabilities. This sources sought synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. Capability statements that do not meet all requirements or not submitted within the allotted time will not be considered. The responses to this sources sought synopsis may be emailed to jenifer.m.bordelon@usace.army.mil. Responses must be received no later than 2:00 pm CST, August 18, 2010. NOTE: Contractors must be registered with the Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Contractors must also be registered in ORCA at http://orca.bpn.gov and have completed the annual representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-10-SS-0007/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02237003-W 20100813/100811235632-aadfd1b38e9eb5209c136a9767d33bed (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.