Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2025 SAM #8535
SPECIAL NOTICE

N -- Notice of Intent to Modify ESS VII MATOC to Increase Capacity

Notice Date
4/7/2025 12:38:10 PM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US ARMY CORPS OF ENGINEERS
 
ZIP Code
00000
 
Solicitation Number
PANHES-25-P-0000-002024
 
Response Due
4/21/2025 3:00:00 PM
 
Archive Date
05/06/2025
 
Point of Contact
Contract Specialist Nanette P. Hill, Phone: 2568952539, William G. Seelmann, Phone: 2568959476
 
E-Mail Address
nanette.p.hill@usace.army.mil, william.g.seelmann@usace.army.mil
(nanette.p.hill@usace.army.mil, william.g.seelmann@usace.army.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The United States Army Engineering and Support Center, Huntsville hereby provides its Notice of Intent to award sole-source modifications to increase the total programmatic Multiple Award Task Order Contract (MATOC), by $750 Million from $675 Million to $1.425 Billion (shared contract capacity), using other than full and open competition on the current Electronic Security Systems (ESS) Seventh (VII) Generation MATOC, which consists of 11 small businesses and 12 other than small businesses, on the basis of the circumstances identified in 10 U.S.C. 2304(c)(l) and FAR 6.302-l(a)(2)(iii)(B). The MATOC contract holders include: 1. Alamo-Evergreen Joint Venture, W912DY-22-D-0091 2. Chenega Security International, W912DY-22-D-0092 3. GCS Versar Joint Venture, W912DY-22-D-0093 4. Infotec Systems Corporation, W912DY-22-D-0094 5. Integrated Security Solutions, Inc., W912DY-22-D-0095 6. LoCurrent Systems, W912DY-22-D-0096 7. Low Voltage Wiring, Ltd, W912DY-22-D-0097 8. Minuteman Security Solutions, LLC, W912DY-22-D-0098 9. Red Peak Technical Services, LLC, W912DY-22-D-0099 10. SEI Group, W912DY-22-D-0100 11. Security & Energy Technologies, Corporation, W912DY-22-D-0101 12. Atlantic CommTech Corporation, W912DY-22-D-0073 13. BCF Solutions, W912DY-22-D-0074 14. Signet Technologies, Inc. / Convergint Federal, W912DY-22-D-0075 15. Evigilant.com, LLC, W912DY-22-D-0076 16. KBR Wyle Technology Solutions, LLC, W912DY-22-D-0077 17. M.C. Dean, Inc., W912DY-22-D-0078 18. PTSI Managed Services, W912DY-22-D-0087 19. Serco, Inc., W912DY-22-D-0088 20. Siemens Government Technologies, W912DY-22-D-0089 21. Xator Corporation, W912DY-22-D-0090 22. Johnson Controls Building Automation Systems, LLC, W912DY-22-D-0103 23. InDyne, Inc., W912DY-22-D-0104 This sole-source increase in capacity ensures continuation of ESS while the Huntsville Center prepares a solicitation for competition and awards of a multi-year contract projected for award in Fiscal Year 2028. The ESS work consists of site surveys, preparation of technical data packages, procurement, and installation, testing of hardware and software, and preparation/validation of cost data. ESS work will also include security and/or force protection measures such as barriers, fencing, gates, window treatments, hardening, and lighting. Certain projects will require service, maintenance, repairs, and/or upgrade of existing systems. Certain projects may also require vulnerability assessment and studies (including cost) for preparation of an ESS justification. Work is provided through reimbursable funding from multiple Department of Defense (DOD) or other federal agencies. Work will be accomplished through performance-based work statements stating the measurable performance standards and the terms of the required results. This acquisition may require the handling and generation of classified information. This support may call for extensive domestic and foreign travel. The contractors and sub-contractor personnel shall be able to obtain necessary security clearances and visas/passports. System specifications, installation and testing requirements are subject to updates, revisions, and changes in order to meet the requirements of the DOD, Department of the Army and other agencies for whom the systems are being procured, installed, repaired or upgraded. National Institute of Science and Technology and Defense Information Systems Agency issued standards, guides, requirements, or recommendations, where appropriate and applicable, will be included as requirements for these systems. All existing criteria documents will be revised by the Government and incorporated as part of the Performance Work Statement (PWS) or Statement of Work (SOW). Each PWS or SOW shall also contain a list of Unified Guide Specifications, Unified Facility Criteria and appropriate applicable regulations issued by Department of Defense, Department of the Army and/or other United States Government agencies for which ESS is being procured. Individual requirements are solicited among the selected MATOC pool for award of Firm Fixed Price task orders on the basis of fair opportunity. The primary North American Industrial Classification System code applicable to these requirements is 541512, Computer Systems Design Services. Firms are requested to respond to this Notice of Intent with the following information which shall not exceed ten pages: 1. Firms� Legal Name, Address, Point of Contact, Phone Number, and Email Address. 2. Firms' Business Size/Status. 3. Would you propose as a prime contractor, joint venture, or a teaming arrangement? 4. Is your firm (or team/joint venture) capable of performing multiple contracts simultaneously in various geographic locations, i.e. multiple states, inside and outside of the United States? 5. List the States in which you have the capability/interest to perform work. 6. Has your company ever delivered or is in the process of delivering ESS involving multiple facilities in the areas of Intrusion Detection Systems, Electronic Entry Control Systems, Closed-Circuit Television Systems, Mass Notification Systems, or other automated control systems including fire alarm and life safety systems on military installations or in a campus environment? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 7. Does your firm have the capabilities and personnel qualifications to provide and install ESS as indicated above? If so, please provide a brief description of representative projects as well as the number of qualified key personnel, their disciplines and certifications, minimum and maximum years of experience and the average years of experience. 8. Does your firm (or team/joint venture) have the capability, qualifications, and experience to complete designs at Government facilities in accordance with all applicable ESS technical publications, regulations, codes, and specifications? Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of an active registration in the System for Award Management (SAM) at https://www.SAM.gov/, firm�s Unique Entity Identifier, cage code, and any applicable processed credentials and qualifications. All responses should indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, woman-owned small business, Hub-zone, service-disabled veteran owned small business, or qualify as socially or economically-disadvantaged, and whether they are United States or foreign-owned. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses shall be furnished electronically to the contacts listed below not later than 5:00 PM Central Time, 21 April 2025. Contract Specialist Nanette P. Hill, email address: Nanette.P.Hill@usace.army.mil Contract Officer William G. Seelmann, Jr. email address: William.G.Seelmann@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90b5cdec1c864f558ed998a7adbc4e24/view)
 
Record
SN07399264-F 20250409/250407230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.