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 Fort Meade, Maryland. Contact the soliciting agency for additional information.

THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a nonpersonal services contract to install, upgrade and maintain a Video Security Surveillance System within two (2) student company (Stu-Co) barracks located at the Army Public Affairs Center-Student Company Barracks, buildings 8606 and 8609, 6th Armored Cavalry Road, Ft. Meade, MD, 20755. The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding "brand name or equal to" OnGuard 32ESI Server System and Client Software License (See PWS). The government desires to procure services on a small business set-aside basis, provided that two (2) or more qualified small businesses. Be advised that the U.S. Government will not be able to set aside this requirement if two (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 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. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSN. 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 at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 561621 - Security Systems Services (except Locksmiths) The size standard for this NAICS code is $25M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. This is a new requirement. Attached is the draft Performance Work Statement (PWS). RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSN, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 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 solution solutions. Also contact the Mission and Installation Contracting Center (MICC) 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 SSN. 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, Unique Entity ID, 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) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a firsttier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 4. Please provide information in sufficient detail regarding any relevant 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 and 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. 8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm's potential to fulfil our requirements as depicted in the draft PWS. 9. Questions for this source sought shall be submitted on or before 5:00 P.M. CST on 22 April 2024. Government Response will be provided within three (3) to five (5) business days after receipt of all questions. 10. Responses to this sources sought notice shall be submitted on or before 12:00 P.M. CST on 6 May 2024 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil. The Government will not return any information submitted in response to this notice. All questions MUST be in writing. In all responses, please reference "W9124J-24 RSECU" in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. Primary Point of Contact: Secondary Point of Contact: LaTasha Cardwell, Contract Specialist (email provide above) and Stephen Fuller, Contracting Officer (email provided above). Questions for this source sought shall be submitted on or before 5:00 P.M. CST on 22 April 2024. Government Response will be provided within three (3) to five (5) business days after receipt of all questions. 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

4 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
492
Active Projects
260
Bidding Soon
3,734
All Active Projects
1,529
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.

Sign-up for Instant Access.

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.

November 6, 2024

img_map_placeholder

Multiple Locations, Fort Meade, MD

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.