Servicing and maintaining the ICIDS for the SCIF Fire Alarm System in two buildings at West Point FY24

Agency: DEPT OF DEFENSE
State: New York
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 19, 2024
Due: Apr 25, 2024
Solicitation No: W911SD-24-R-0099
Publication URL: To access bid details, please log in.
Follow
Servicing and maintaining the ICIDS for the SCIF Fire Alarm System in two buildings at West Point FY24
Active
Contract Opportunity
Notice ID
W911SD-24-R-0099
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
FDO EUSTIS
Office
W6QM MICC-WEST POINT
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 08:31 am EDT
  • Original Response Date: Apr 25, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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:
    West Point , NY 10996
    USA
Description

SOURCES SOUGHT



This is a Sources Sought Notice ONLY. This notice is intended strictly



for market research. The U.S. Government has a requirement for West Point Military Academy for ACI ICIDS Hardware/Software Maintenance SCIF Alarm System in Spellman Hall at West Point Military Academy this will be a base plus four (4) option years (See specifications attached). A small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it 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 source 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the government wide Point of Entry for additional information pertaining to this requirement.





The anticipated NAICS code(s)561621 Fire Security Systems Services (except Locksmiths) repair; size standard is $25,000,000.00.





A need is anticipated to procure Servicing and maintaining the ICIDS for the SCIF Fire Alarm System in two buildings at West Point.



Base Year Only





Specifications for ICIDS




  • Building (1) 3 zones

    • One zone has single door sensor and single motion sensor

    • Two zones have 3x motion sensors and 3x door sensors



  • Each zone has a single control panel w/ keypad

  • All zones integrated with master control system at DES and master monitoring board at MPD

  • Zones must be able to be configured remotely by DES

  • Zones must correctly alarm at MPD for any violation

  • All zones hardware must be inspected and tested monthly, failed hardware must be replaced immediately






  • Building (2) 9 zones

    • 4 zones have motion sensors only

    • 4 zones have door sensors only

    • 1 zone has air quality and biohazard sensors



  • Monitoring station is local to the Taylor Hall facility

  • Single alarm panel

  • Alarms integrate with the MPD station

  • Zones must correctly alarm at MPD

  • Zones must be correctly controlled by the local control station

  • Software and hardware will be checked monthly for failures and repaired immediately



    • Must provide monthly maintenance for ICIDS systems in specified locations on a scheduled agreed upon between vendor and security manager for each of the locations. Current locations include three (3) zones in Building (1) and nine (9) zones in Building (2).

    • Maintenance schedule must include testing and service of all sensors, control panels, and electronics to ensure correct functionality of the system. In the event a faulty component is found, the component must be replaced immediately with a new component. Sensors include but are not limited to: door sensors, motion sensors, air quality sensors, and bio-hazard sensors.

    • Maintenance will include verification of system reporting between ICIDS system install point and the Department of Emergency Services (DES)/Military Police Department (MPD). All systems must communicate properly with the master control system and signal alerts to the master monitoring board.

    • Maintenance will ensure continued ability for remote configuration by personnel at the DES/MPD location.

    • Maintenance will include all software upgrades to ensure system remains in compliance with Department of the Army regulations and policies as well as USMA software versions, regulations, and policies.

    • Maintenance will be performed by individuals who have an active SECRET clearance. All visits for service will include a visit request passed to the USMA DPTMS security office via JPAS.

    • Contract will include four (4) annual emergency maintenance calls with a response time of four (4) hours or less.






In response to this sources sought, please provide:





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





2. 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.





3. 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.





4. Information to help determine if the requirement for Alarm maintenance services are commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, please indicate this in your response. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





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





8. Please send all responses by Thursday, 25th April 2024 at 1400 to the MICC Purchasing Agent, Sonya Van Valkenburg, at Sonya.D.Vanvalkenburg.civ@mail.mil 845-938-8179, and be sure to include the Sources Sought Notice W911SD-24-R-0099 in your email subject line to prevent your reply from being deleted as SPAM.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE
  • WEST POINT , NY 10996-1514
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2024 08:31 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.