Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

63 -- Intrusion Detection Systems

Notice Date
1/13/2021 12:05:00 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4885 HQ USMTM LGC APO AE 09803-1300 USA
 
ZIP Code
09803-1300
 
Solicitation Number
FA488521R0007
 
Response Due
1/15/2021 2:00:00 PM
 
Archive Date
01/30/2021
 
Point of Contact
Dakota Asselyn, Phone: 3184486357/055-532-8404, Joshua Setchell, Phone: 3184486263
 
E-Mail Address
dakota.l.asselyn.mil@mail.mil, joshua.d.setchell.mil@mail.mil
(dakota.l.asselyn.mil@mail.mil, joshua.d.setchell.mil@mail.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.�United States Military Training Mission (USMTM) is seeking sources for a potential access control system (ACS), intrusion detection system (IDS), and closed circuit television (CCTV) purchase order contract.� The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on an ACS, IDS, and CCTV systems solicitation.� This contract is a firm-fixed price (FFP), purchase order contract that provides a streamlined means to acquire ACS, IDS, and CCTV systems. During the contract period, the contractor will complete installation, training, operation, and sustainment of ACS, IDS, and CCTV systems at office buildings (OB) 1 and 2 in Riyadh, Saudi Arabia. �� The successful contractor shall complete all work within sixty (60) days of issuance of a Notice to Proceed (NTP). Prior to award and NTP, the successful contractor must have conducted a site survey at the location in Riyadh, Saudi Arabia to provide a complete proposal. (See attached SOW) The contract term will be for a base period (12 months or less) with an additional potential four 12 month option periods.�The four option periods will contain two line items. One to cover necessary sustainment/upgrades and the other to cover an extended warranty. INTERESTED CONCERNS MUST RESPOND TO THIS NOTICE AND PROVIDE THE FOLLOWING:� (a) Concern�s�INFORMATION [name, address, person to contact, phone number, CAGE code, DUNS number & TIN.� If you have more than one bona fide place of business, provide the above information for each location]; (b) Concern�s INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) CAPABILITY STATEMENT ���� - EXPERIENCE Interested contractors SHALL demonstrate a history of relevant ACS, IDS, and CCTV installation, training, operation, sustainment, and warranty experience with a primary focus on overseas (outside continental U.S.) customers and simultaneous performance of multiple projects at different locations and include a summary of relevant and recent (within the last three years) performance history (identified by contract/project number/project title/dollar amount/ point(s) of contact with telephone numbers and email addresses/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed; ���� - INDUSTRY STANDARDS� Interested contractors SHALL demonstrate a consistent history of following industry standards in ACS, IDS, and CCTV installation, training, operation, and sustainment, and warranty. Interested concerns must provide the above information by email to dakota.l.asselyn.mil@mail.mil and joshua.d.setchell.mil@mail.mil. ONLY RESPONSES BY EMAIL WILL BE CONSIDERED. Information submitted shall be well organized and in sufficient detail as to allow for the government�s review of each firm�s interest and capabilities.� Responses shall be limited to three (3) single pages, typewritten no smaller than 12 pitch, with one inch margins right, left, top and bottom.� Responses to this Sources Sought shall be received not later than 15�January 2021.� This request for information (RFI) notice is issued for planning purposes only.� This is not a Request for Proposal (RFP).� Responses to this notice will assist the government in identifying potential sources and determining capability.� This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a1dde9d1552431796285f49f0da7b0a/view)
 
Place of Performance
Address: Riyadh, SAU
Country: SAU
 
Record
SN05891694-F 20210115/210113230109 (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  © 1994-2020, Loren Data Corp.