BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Quantico, Virginia. Contact the soliciting agency for additional information.

SEE ATTACHED DOCUMENT FOR ENTIRE REQUEST FOR INFORMATION (RFI) NOTICE. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid, and no contract or purchase order will be awarded as a result of this notice. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561621 Security Systems Services (except Locksmith). The Product Service Code (PSC) for this requirement is H163, Quality Control--Alarm, Signal, and Security Detection Systems. The Marine Corps Installations, National Capital Region, Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking sources for the Marine Corps Intelligence Activity (MCIA) Electronic Security System Support (ESSS). MCIA is seeking information for potential sources for annual maintenance and security system upgrades. MCIA's requirement for support services is as follows: life cycle replacement/upgrade; preventative maintenance; service calls and reporting requirements and emerging requirements. Services will be performed at Government facilities. The contractor performance may be at any location of the Marine Corps Intelligence Activity. Currently identified as follows: Marine Corps Intelligence Activity Hochmuth Hall (HH) / Swain Annex (SA) / Parking Garage and Mail Receiving Facility, 2033 Barnett Avenue, Quantico, VA Marine Corps Intelligence Activity West, 27402 MCB-1 Road, Quantico, VA Commandant Marine Corps, Intelligence Department, Rm 1A262B, 3000 Navy Pentagon, Washington DC SPECIAL REQUIREMENTS: The contractor shall have an active final Top Secret Facility Clearance (access to COMSEC and NATO) without any Special Limitations that restrict access. There will be no exceptions to this requirement. The Contractor shall be responsible for ensuring all contract personnel are U.S. citizens and possess an in-scope (per current DoD 5-year reinvestigation requirement), favorable, Single Scope Background Investigation (SSBI) / T5 investigation (to include SBPR, PPR or T5R), or currently enrolled in the DoD Continuous Evaluation (CE) / Continuous Vetting (CV) program, adjudicated for Sensitive Compartmented Information (SCI) eligibility by DoD Consolidated Adjudication Services (CAS) without conditions, exceptions, or waivers at the time of award and prior to performance under this contract. All Contractors shall be subject to random Counterintelligence Scope Polygraph (CSP) examinations as part of the Director of Intelligence's Continuous Evaluation Program. The Contractor shall ensure it and any subcontractors have completed all DD Form 254 requirements prior to commencing any work under this contract. The Contractor shall comply with (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); and (2) Any revisions to that manual, notice of which has been furnished to the Contractor. If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. For any contractor personnel conducting Intelligence or Intelligence-related activities or supporting those efforts under Department of Defense authorities shall report any Questionable Intelligence Activity (QIA) or Significant or Highly Sensitive Matter (S/HSM) to the MCIA Intelligence Oversight Manager (IOM) or Senior Intelligence Officer (SIO). Physical Security: At the close of each work period, the Contractor is responsible for ensuring Government facilities, equipment, and materials are secured. Contractor employees will be subject to all MCIA security procedures and any other applicable installation access and security regulations. Subcontracting: Before any subcontracting can take place, approval from the MCIA SSO is required. DD Form 254 is required for all subcontractors. REQUIRED CAPABILITIES: This draft Performance Work Statement (PWS) is for annual maintenance and security system upgrades for the Marine Corps Intelligence Activity (MCIA). MCIA's requirement for support services is as follows: preventative maintenance; service calls and reporting requirements; and emerging requirements. MCIA's physical security system entails: Access control and Intrusion Detection System (IDS): AccessNSite Door locks and hardware Rollup doors with electric operators Closed Circuit Television (CCTV) - to include digital security cameras, NVR's, network switches and equipment K-12 vehicle barrier arm Bosch and Speco PA system to include amps, mixers, and speakers Security beacons / strobes Aiphone system and components Parking garage vehicle barrier arms X-Ray machine Walk-through magnetometer Disintegrator and evacuation systems Equipment components; and other related electronic security equipment. The Contractor shall conduct upgrades to the Intelligence Community Badge Interoperability Program (ICBIP) software and supporting equipment as required. All follow-on annual maintenance for the present and newly installed equipment is included in the scope of the maintenance efforts under this PWS. The Contractor must have Technicians that are Certified Systems Engineer ICAM PACS (CSEIP) certified and have experience with AccessNsite software and ICBIP integration. The contractor shall provide qualified and professional personnel with Top Secret/Sensitive Compartmental Information (TS/SCI) clearances to perform lifecycle replacement, preventative maintenance and service calls and reporting. Required Contractor Task: Task 1 - Life Cycle Replacement/Upgrade. The contractor shall lifecycle replace/upgrade the following equipment or components (all equipment, software and components must be approved by Contract Officer Representative (COR), before procurement): The Contractor must provide all labor and materials to install one (1) Aiphone door station at Mail Facility, during the base year. Door station must connect and function with existing Aiphone system in HH and Swain Annex. Once installed, the system shall be added to the preventative maintenance schedule. The Contractor must provide all labor and materials to install eight (8) HID Rp40 readers, eight (8) Magnasphere HSS, four (4) Dual Reader Interface (DRI) boards, six (6) HES 1006 series electronic strikes, two (2) HES 8000 series electronic strikes, one (1) 36.12" x 30.12" x 7.06" trove panel with dual 12V power supplies, and all other components and cables required for installation, on the 3rd deck of SA, during the base year. Contractor is responsible for any software and licenses required for the installation and use of the system. Once installed, the system shall be added to the preventative maintenance schedule. The Contractor must provide all labor and materials to install Sever Rack badge readers front and back on 3 server racks in HH data center, during the 1st option year. The readers must be compatible with existing AccessNSite access control, IDS, and components. This system must include six (6) rack readers with interface cables that except Small Format Interchangeable Cores (SFIC), six (6) Medeco SFIC keyed alike, three (3) Dual Reader Interface (DRI) boards, one (1) 36.12" x 30.12" x 7.06" trove panel with dual 12V power supplies, and all other components and cables required for installation. Contractor is responsible for any software and licenses required for the installation and use of the system. Once installed, the system shall be added to the preventative maintenance schedule. The Contractor must provide all labor and materials to lifecycle replace SA red security beacons during the 1st option year. The beacons must be LED and operate with existing controls located in HH Security Operations Center. Once installed, the system shall be added to the preventative maintenance schedule. The Contractor must provide all labor and materials to lifecycle replace and upgrade existing BOSCH CCTV IP cameras and related switches at MCIA Hocmuth Hall (HH) and Swain Annex (SA), during the 2nd option year. Contractor must install thirteen (13) BOSCH Starlight 8000i series fixed cameras, ten (10) BOSCH Starlight 7000i series PTZ cameras and two (2) CISCO 48 port Catalyst 9300 series switches. System must be compatible with current NVR and CCTV software installed at HH and SA. The replacement switches be configured to except 100BASE-X small form-factor fiber SFP's and have dual power supplies. System must be installed using fiber optic cable - no copper cable (i.e., CAT5E or 6) should be used without approval from COR. Contractor is responsible for removing and disposing of all cable not reused from legacy system. Legacy equipment will be staged in a location identified by MCIA Government for processing and reutilization. Contractor is responsible for any software and licenses required for the installation and use of the system. Once installed, the system shall be added to the preventative maintenance schedule. The Contractor must provide all labor and materials to lifecycle replace and upgrade existing BOSCH CCTV IP cameras and related switches at MCIA Parking Garage, during the 3rd option year. Contractor must install seven (7) BOSCH Starlight 8000i series fixed cameras and five (5) BOSCH Starlight 7000i series PTZ cameras. System must be compatible with current NVR and CCTV software installed at HH and SA. System must be installed using fiber optic cable - no copper cable (i.e., CAT5E or 6) should be used without approval from COR. Contractor is responsible for removing and disposing of all cable not reused from legacy system. Legacy equipment will be staged in a location identified by MCIA Government for processing and reutilization. Contractor is responsible for any software and licenses required for the installation and use of the system. Once installed, the system shall be added to the preventative maintenance schedule. Task 2 - Preventative Maintenance. The Contractor shall provide the labor, equipment and supplies required to provide preventative maintenance including cleaning of all CCTV camera lenses every six (6) months to include the removal of spider webs, adjustment and focusing of camera lens as needed, adjustment of door hardware and strikes, removal of dust from electronic components, testing of panel back up batteries, and changing and checking the oil level of the garage vehicle barrier arms every 6 months. Check garage barrier arm ground loop sensors every 6 months to ensure proper operation and repair or replace if required. The following tasks shall be performed independent of Government supervision, direction, or control: The Contractor shall provide all necessary labor, equipment, supplies, upgrades, patches, etc. required to provide preventive maintenance support for all aspects of the AccessNSite security systems. This includes additional procured licensing for expanded requirements as well as management and troubleshooting of SQL databases. Ensure all security related equipment is operating properly and ensure preventive maintenance is conducted in accordance with the components operating/user manual (provided upon request). The Contractor shall provide bi-annual preventive maintenance inspections, to include cleaning all cameras and ensuring all security related equipment is operating properly. This includes 3, 6 and 9-month preventive maintenance on user manual specified components. The contractor shall immediately begin the preventive maintenance on all MCIA security equipment, software, and components. The Contractor shall provide preventive maintenance inspections on Swain Annex and Mail Facility Electric roll-up doors. This includes lubricating all moving parts and door guides/tracks, checking the operator gear reducer for oil leakage, checking and adjusting the tension of the roller chain between the operator and sprocket, adjust up and down limits if required, test electric safety edge if equipped, test safety beams if equipped, inspect and adjust door alignment and level, inspect slats and end locks for damage, inspect weather-stripping, adjust spring and lubricate bearings, inspect and tighten fasteners, inspect slide locks for proper operation, every 3 months. Replace any parts that are found damaged or worn during inspection. The contractor shall provide the following preventative maintenance and inspections every 6 months. Oil/Lubricate all exposed roller chains, dry lube the limit switch shaft threads, grease all bearings, check tension of door spring, inspect and adjust limit switches, inspect, and adjust belts, inspect, and adjust the brake, inspect gear reducer, inspect operator mount, inspect and test disconnect, inspect, and lubricate roller chain, inspect, and tighten all sprockets. Replace any parts that are found damaged or worn during inspection. The Contractor shall provide all hardware and software version patches, fixes and updates that become available as changes occur routinely and/or updated annually to the Access Control and Intrusion Detection System (AccessNSite), x-ray machine (Aestro Physics) and Closed-Circuit Television (CCTV) system (Milestone) during the contracted support period. Once these updates are received by the contractor, they will have five (5) business days to notify the COR. Once the COR is notified, proper arrangements will be coordinated within MCIA to schedule the updates. Task 3 - Service Calls & Reporting Requirements. The Contractor shall establish a single management focal point to accomplish the administrative, managerial, and financial aspects of this contract and this person shall serve as the primary interface with the COR. The contractor shall respond within four (4) hours from the time the COR or designated government representative, initiates a request for maintenance or repair with the contractor. The Contractor turnaround time to report back to the Government with a plan shall be within two (2) calendar days of the service call with an outlined resolution and price. The Contractor's employees shall check-in and check-out with the COR or designated government representative each time the Contractor is performing work at the job site. Upon completion of any on-site work and prior to the Contractor leaving the facility, the Contractor shall contact the COR or designated representative for an oral incident summary so the work can be officially inspected and accepted by the Government as complete. The Contractor shall provide a written incident summary for each incident) within 10 business days notification. This should include any final costs, actions taken, and lessons learned. Task 4 - Emerging Requirements. The Contractor shall be prepared to provide additional expansion security equipment and components based upon threats and security posture increases. The Government will identify and approve all procurement of security equipment and components based upon evolving security issues. These expansion additions are to sustain a level of security in accordance with applicable policy and directives. Upon receiving Government pre-authorization, provide replacement materials, parts, and items for expansion items identified CONTRACT/PROGRAM BACKGROUND: Contract Number: M00264-21-F-0339 Contract Type: Firm-Fixed Price Incumbent and their size: Versar Security Systems, LLC (other than small) Method of previous acquisition: Full and open, after exclusion of sources Contract Number: M00264-16-C-1044 Contract Type: Firm-Fixed Price Incumbent and their size: Versar Security Systems, LLC (other than small) Method of previous acquisition: Full and open VENDOR RESPONSE SUBMISSION: Feedback on this requirement is encouraged. This is a market research tool used to identify market capability and solutions (to include performance work statement revisions), as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Information submitted by respondents to this notice is strictly voluntary. It is requested that firms submit answers to the MCINCR-RCO at the below email address. A vendor's response should address, at a minimum the following: Name of Organization, Unique Entity ID (UEI) or CAGE Code, Telephone Number, Address, and Email address for primary point of contact. Also provide the organization's size status and socioeconomic status that applies. Appropriate NAICS code and PSC (if other than what is listed above) for the services described in this notice with an explanation as to why this code(s) would be a better supported option. Description of your organization's capabilities / experience with regards to the draft PWS requirements. This description should demonstrate ability to perform the services in the draft PWS (Maximum length: 12 pages). Contract vehicles (GSA Federal Supply Schedule, GSA GWAC, or any other Government Agency contract vehicle), of which your business is a contract holder, for these services. (Lack of does not preclude a business from responding to this notice.). Answers to the below specific questions regarding the requirement: a. Are the required services considered a commercial product or commercial service IAW FAR 2.101 Definitions For reference, the commercial product and commercial service definitions are included below: Commercial product means - (1) A product, other than real property, that is of a type customarily used by the general public or by nongovernmental entities for purposes other than governmental purposes, and- (i) Has been sold, leased, or licensed to the general public; or (ii) Has been offered for sale, lease, or license to the general public; (2) A product that evolved from a product described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) A product that would satisfy a criterion expressed in paragraph (1) or (2) of this definition, except for- (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. "Minor modifications" means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor; (4) Any combination of products meeting the requirements of paragraph (1), (2), or (3) of this definition that are of a type customarily combined and sold in combination to the general public; (5) A product, or combination of products, referred to in paragraphs (1) through (4) of this definition, even though the product, or combination of products, is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (6) A nondevelopmental item, if the procuring agency determines the product was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments or to multiple foreign governments. Commercial service means-- (1) Installation services, maintenance services, repair services, training services, and other services if- (i)Such services are procured for support of a commercial product as defined in this section, regardless of whether such services are provided by the same source or at the same time as the commercial product; and (ii)The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government; (2) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed or specific outcomes to be achieved and under standard commercial terms and conditions. For purposes of these services- (i) Catalog price means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and (ii) Market prices means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors; or (3) A service referred to in paragraph (1) or (2) of this definition, even though the service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor. b. Does your company have the capability to provide US citizen personnel that possess an in-scope (per current DoD 5-year reinvestigation requirement), favorable, Single Scope Background Investigation (SSBI) / T5 investigation (to include SBPR, PPR or T5R), or currently enrolled in the DoD Continuous Evaluation (CE) / Continuous Vetting (CV) program, adjudicated for Sensitive Compartmented Information (SCI) eligibility by DoD Consolidated Adjudication Services (CAS) without conditions, exceptions, or waivers at the time of award and prior to performance under this contract c. Does your company have the required Top Secret Facility Clearance (FCL) (access to COMSEC and NATO) without any special limitations that restrict access d. What additional or historical information do you need to propose FFP for this requirement e. What areas of the requirement seem restrictive Why What are your suggestions to make areas less restrictive f. What areas of the requirement seem vague Why Please identify what they are and a recommended remedy. g. What obstacles would prevent your business from submitting a future quote for this requirement What are the solution(s) h. Are the required services considered professional or are they subject to the Service Contract Act i. What are the key cost drivers to fulfill this requirement j. Does your company have any questions or recommendations regarding the required services outlined in this RFI Please provide them in your response so that we may consider them. k. What does industry do with emerging needs(provision of material, equipment, and parts for required expansion) l. What areas of the requirement seem restrictive Why What are your suggestions to make areas less restrictive Note: due to the nature of the facility where performance is required and the nature of the requiring activity, the security clearance qualifications and criteria is mandatory and cannot be removed. m. What areas of the requirement seem vague Why Please identify what they are and a recommended remedy. Note: due to the nature of the facility where performance is required and the nature of the activity, the security clearance criteria is mandatory and cannot be removed. n. What obstacles would prevent your business from submitting a future quote for this requirement What is/are the solution(s) Note: Due to the nature of the facility where performance is required and the nature of the activity, the security clearance criteria is mandatory and cannot be removed. o. Are the required services considered professional or are they subject to the Service Contract ActWhy p. Cost reimbursement only applies to non-commercial services/supplies and is prohibited for use with commercial services/supplies, therefore, is not applicable to this requirement. Since this is commercial services, the resulting contract would be fixed price for all performance tasks with the exception of the emerging requirements since those requirements cannot be defined at this time. Is your firm able to quote fixed prices for the required services Does your firm have any suggestions online item structure(Note: firms are encouraged to share contract numbers of same/similar contracts you may have with the Government to support line-item structure suggestions). q. The "Emerging Requirements" cannot be defined at this time, therefore, the Government anticipates setting aside a separate contract line item for this requirement, using Time & Materials (T&M) pricing structure. Does your firm agree/disagree with this Please provide a narrative to support your response r. Does your company have any questions or recommendations regarding the required services outlined in this RFI Please provide them in your response so that we may consider them. Vendors who wish to respond to this notice should send its response via email no later than 21 March 2023, 1 PM Eastern Time to monica.curley@usmc.mil and ligaya.wallace@usmc.mil The method of contractor selection has not been determined at this time.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
383
Active Projects
171
Bidding Soon
3,366
All Active Projects
1,364
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 21, 2023

img_map_placeholder

Multiple Locations, Quantico, VA

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.