The RFP Database
New business relationships start here

Area Wide Installation of Access Control System


Oregon, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice.  This advertisement is not a solicitation for offers, nor is it a request for quotes.  A request for quotes may be issued at a later date.

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. There is no solicitation available at this time.  We are seeking firms who can provide area wide installation of access control system in Indian Health Portland throughout the Portland Area Indian Health Services and Service Units in Idaho, Oregon, and Washington States in accordance with 25 USC 14, Buy Indian Act with preference to be given to Indian Small Business Economic Enterprises (ISBEE).

The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified native small businesses; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification according to the North American Industry Classification System, 561621 code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

This Sources Sought/Market Survey Notice is being conducted to meet the area wide installation of access control systems from small business organizations (NAICS 561621); small business size standard is $20.5M).   The primary purpose of this requirement is to install or replace existing security cameras and physical access control systems at Portland Area Indian Health Service facilities.  As well as to determine the best course for long-term management of the system in support of the mission of the Indian Health Service: to raise the physical, mental, social and spiritual health of American Indians and Alaska natives (AI/AN) to the highest level. At a minimum, tasks include providing security cameras and physical access control systems for our facility pharmacies and IT server rooms and/or closets.  Each facility has the capability of expanding the coverage throughout their facilities.  All equipment must tie into the existing IHS network infrastructure. Footage from the security system as well as security access logs are to be maintained at the facility level, but also to be able to be accessed and managed from the Area Office. Interested firm is required to be a Lenel OnGuard certified Value Added Reseller (VAR) (a certified and authorized partner of Lenel parts and services).  This is due to the risk of voiding the warranty of the Lenel equipment if installed and configured by a non-certified Lenel VAR.  A copy of the valid Lenel VAR Certification must be submitted with your capability statements.

 

Period of Performance: 5 Years (Including Options)

 

This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a Request for Proposals. The Government DOES NOT intend to award a contract based on responses under this announcement. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be so marked. Interested organizations presenting a Capability Statement in response to this Small Business Sources Sought Synopsis must identify their size status.

Indian Economic Enterprise Representation.

To be considered for an IHS contract awarded under the Buy Indian Act, an offeror must represent that it meets the definition of “Indian economic enterprise” in response to a specific solicitation set-aside in accordance with this IHM.

Insert the following provision in all written IEE set-aside solicitations for supplies, services, or covered construction, regardless of dollar value:

Indian Economic Enterprise Representation

The offeror represents as part of its offer that it [  ] does [  ] does not meet the definition of Indian economic enterprise as defined in IHM 5-5.6.F.1.

Notice to potential offerors: All offerors who provide goods or services to the

 

United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application.

Responses should include: (1) Business Name,  GSA contract number and Address (if applicable) (2) Point of Contact Name, Phone Number, and E-mail Address (3) DUNS and NAICS code (4) Business Size SMALL or LARGE (5) Type of Business NATIVE OWNED, SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUB Zone, WOMEN-OWNED etc. (4) Valid Lenel VAR Certification. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set asides for the above noted service.

 

All information submissions shall be received no later than 3:00 pm Pacific time on October 17, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published within 60 days.

All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Number. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED.


Richard Richard, Dandasan, Phone 5034145521, Email richard.dandasan@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP