Arizona Bids > Bid Detail

Provide services for the Intrusion Detection System

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159530185336947
Posted Date: Mar 6, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/6c86cb8604...
Follow
Provide services for the Intrusion Detection System
Active
Contract Opportunity
Notice ID
PANMCC23P0000019438
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-YUMA PROV GRD
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 06, 2024 04:23 pm MST
  • Original Response Date: Mar 20, 2024 11:00 am MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Yuma Proving Ground , AZ 85365
    USA
Description

SOURCES SOUGHT NOTICE



THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for the United States Army Proving Ground (USAYPG) Installation Management Command (IMCOM) on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.





The proposed sole source Firm Fixed Price contract is for the Intrusion Detection System to provide 24[TD1] /7 monitoring capabilities through electronic and computer-based infrastructures for approximately 91 different zones containing Category 1 through 4 munitions as well as priority resources located throughout the Yuma Proving Ground for the Integrated Commercial Intrusion Detection System (ICIDS). The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. Attached is the draft Performance Work Statement (PWS).





This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561621 “Security Systems Services (except Locksmiths).







In response to this sources sought, please provide:





1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.





7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.





Attachment 1 - Performance Work Statement



Attachment 2 – SCA Wage Determination, WD #2015-5475 Rev 21




Attachments/Links
Contact Information
Contracting Office Address
  • 301 C STREET BLDG 2100 RM 39
  • YUMA PROVING GROUND , AZ 85365-9498
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 06, 2024 04:23 pm MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >