The RFP Database
New business relationships start here

Blue Grass Chemical Activity (BGCA) is seeking potential companies who are capable of supporting preventative maintenance, repairs, scheduled testing and continuous upgrades of its Electronic Security Systems (ESS).


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

Sources Sought Notice

Blue Grass Chemical Activity
Maintenance of Electronic Security System (ESS) Intrusion Detection System (IDS) & Closed Circuit Television System (CCTV)


This Sources Sought notice is a synopsis posted by a government agency seeking possible sources for a requirement. This notice is neither a solicitation for work nor a Request for Proposal (RFP). Reference Federal Acquisition Regulation (FAR), Subpart 7.3, Contractor versus Government Performance, and Office of Management and Budget (OMB) Circular A-76.


The U.S. Army is seeking potential companies who have the skills, experience, knowledge, and capabilities required to support preventive maintenance, repairs, scheduled testing and continuous upgrades of its Electronic Security Systems (ESS) consisting of Intrusion Detection System (IDS) and Closed Circuit Television System (CCTV).
Currently, Evergreen Fire and Security, maintains and performs regular maintenance and testing of a complex Honeywell Vindicator 5 and 7 based system.
Evergreen Fire and Security currently provides a Program Manager at Blue Grass Army Depot and an in depth engineering team at Tacoma, WA. In addition to maintaining BGCA ESS, Evergreen also supports the Blue Grass Army Depot (BGAD) and Blue Grass Chemical Agent-Destruction Pilot Plant (BGCAPP) ESS.
Interested companies must have the following qualifications:


- The contractor shall provide a minimum of two fulltime Vindicator (V5) certified employees to administer, provide preventive maintenance, and repair all existing Intrusion Detection Systems/Closed Circuit Television (IDS/CCTV) systems under the control of BGCA. CCTV includes cameras, CCTV specific wiring, connections, hardware and software at the Site Security Control Center (SSCC), and all CCTVs monitored in the SSCC. The Contractor shall perform periodic preventive maintenance IAW Original Equipment Manufacturer (OEM) standards and maintain the entire IDS/CCTV systems in an operational state. Contractor shall provide all necessary manpower and required material to perform needed adjustments, and/or replacement of components, scheduled preventive maintenance for testing. Contractor will perform unscheduled repairs during work hours by making adjustments, replacing components, or other actions necessary to return the system to full operation. Additionally, the Contractor shall provide continuous database maintenance for all functions and capabilities in accordance with the Vindicator operations manual. This includes but is not limited to performing data backups, account scheduling, command file development, and maintenance and access level configuration.


- Service to be performed is located at Blue Grass Army Depot (BGAD) in Richmond, Kentucky. BGAD is a United States Army military reservation located in Madison County, approximately 30 miles south of Lexington, Kentucky.


- Ability to service multiple systems or repair with various components located inside Building 1660, Communication Hut 80, and within close proximity of the Chemical Limited Area (CLA) of Blue Grass Chemical Activity (BGCA). The range of responsibility for service is approximately 250 square miles.


- Ability to provide a work force possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. The contractor shall meet all requirements and changes as may be required to assure prompt response to the requirements of the contract. All personnel utilized in the performance of the contract shall be employees of the contractor and shall not be construed to be employees of the Government, and all employees shall be legal residents of the United States. Employees, while on BGAD, shall not in any way reflect discredit upon BGAD, BGCA, or the Department of the Army.


- The contracting company must have a Facility Clearance Level (FCL) of Secret at a minimum. The Company must have a dedicated Facility Security Officer (FSO) to provide the background investigations and all personnel security and Antiterrorism (AT) requirements and maintenance.


- Most all work will be inside the Chemical Limited Area (CLA). Access to the CLA must be coordinated through BGCA Surety Office and BGAD Security. BGCA requires two
blood samples be taken (24 hours apart) along with a physical at the health clinic. The
contractor will be expected to wear a protective mask on their side at all times while inside the CLA. These masks will be issued at Bldg. 1147 after Contractor personnel are trained, fitted, and given the masks. Restricted facial hair is required in order to wear the mask. All construction personnel must have required medical clearance, training, security clearances, and background checks to be able to work within the CLA unescorted.


- All contractor and sub-contractor personnel who will be handling any classified information associated with their work shall have a secret clearance at a minimum. (These include but are not limited to blue prints, diagrams, and any other information that shows measure to defeat vulnerabilities.) All contractor personnel doing classified work will have their FSO provide a security clearance visit request to BGAD Personnel Security prior to being allowed access to the CLA for this purpose.


- All work within 15 feet of the face of GB igloo headwalls must be kept to a maximum of 15 minute intervals. Any work that requires more than 15 minutes means that the Government furnished mask must be donned, or BGCA must monitor the situation.


- All contract employees (including subcontractors) will attend live TARP training (approximately 60 minutes long) provided by the Government at least annually and report threat-related incidents, behavioral indicators, and other matters of Counterintelligence (CI) interest in accordance with Army Regulation 381-12.


- All contractor employees (including subcontractors) requiring access to Army Installations, facilities and controlled access areas shall complete AT Level I awareness, Trafficking in persons, OPSEC, and Annual Chemical refresher training, within 60 calendar days after the contract award date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the Contracting Officer's Representative (COR) within 15 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jko.jten.mil/courses/atl1/launch.html


- The contractor shall designate an alternate project manager who shall be authorized to act on behalf of the contractor in the absence of the contractor's project manager or when the contractor's project manager is not available. The contractor should also have Engineer personnel available with ability to troubleshoot significant issues with the Vindicator System and upgrade software issues that the work force may not be able to repair on site.


The contractor personnel performing administration, preventative maintenance, and repair service on the systems shall be Vindicator IDS, VCC and ACS certified and trained integrator for Vindicator systems (version 5 and higher) and shall have a minimum of five (5) years experience in maintenance and repair on systems equal in size, type, and complexity of the systems indicated. Proof of certification and training shall be submitted with the proposal. Costs associated with this training will be at the contractor's own expense and will NOT be reimbursed by the Government. Those personnel identified as possessing the required minimum qualifications shall be the personnel who actually provide the work or services specified in this contract.


Contractor personnel shall be required to obtain a satisfactory local law enforcement background check conducted by the BGAD Security Office and obtain a BGAD access badge. Personnel shall have this badge on them at all times while on BGAD.


Personnel and Security Requirements: Civilian contract personnel shall possess a
minimum security clearance of secret, granted in accordance with Army Regulation (AR) 380-67, paragraph 3-19. If contractor personnel do not have a secret clearance at the time the award is made then all required paper work must be submitted to obtain one, within seven (7) calendar days of the date the award is made. If any employee is subsequently unable to receive a secret clearance, the contractor shall replace that employee. The contractor shall observe and practice all security and building regulations that may be in effect at the time of award. Contractor's personnel must have at a minimum an Interim Secret Clearance granted through Joint Personnel Adjudication System (JPAS) prior to starting work.


Contractor's personnel will be required to participate in a Medical Surveillance Program in accordance with DA Pam 40-8 and 40-173 and Implementation Guidance Policy for Revised Airborne Exposure Limits for GB, GA, GD, CF, VX, H, HD and HT, dated 18 June 2004. The Government reserves the right for Army Medical Inspectors to inspect contractor medical records. Contractor personnel are required to participate in the Unescorted Access Program (UAP). Requirements for participating in the UAP are established by BGCA Command Policy Letter #28, AR 190-59, Chemical Agent Security Program, involving behavior, interviews, periodic medical evaluation, personnel/medical/security records review/inspection, and substance abuse testing on a random basis.



Place of performance is Blue Grass Army Depot, Richmond, KY.
Anticipated period of performance is 1 January 2018 through 31 December 2018, with four yearly options to extend the performance through 31 December 2022.
Proposed contract type is Firm Fixed Price IDIQ.
This notice is for informational and planning purposes only and does not constitute a RFQ or commitment by the Government. The Government does not intend to award a contract on the basis of this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.


Christina A. Pacha, Procuring Contracting Officer, Phone 3097827816, Email christina.a.pacha.civ@mail.mil - Kristin K. Wright, Contract Specialist, Phone 3097822158, Email kristin.k.wright.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP