The RFP Database
New business relationships start here

USMS Home Intrusion Detection Systems


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

       This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender.


Purpose:
The purpose of this Request for Information (RFI) is to obtain industry comments on the best practices for the program management support functions of the nationwide Home Intrusion Detection System (HIDS) residential program. The RFI will assist the United States Marshals Service (USMS) to determine interest in participation, and the availability of potential business that can provide services for the USMS. Interested parties should provide publicly available pricing schedule for intrusion detection security components, exterior cameras, and alarm monitoring contract options. The information from this market research will help the USMS with their acquisition strategy. Firms are strongly encouraged to provide comments, questions and suggestions relative to the project scope methodologies and technologies and approach. Any input that business or interested parties would like to provide will be reviewed and considered.

Scope and Background:
The USMS is responsible for the physical security of over 2000 private residences throughout the United States and its territories. These private residences are located in both densely populated metropolitan areas as well as sparsely populated remote locations. The Government envisions a National Home Intrusion Detection Program in which the Program Management Contractor facilitates the USMS in project management as well as assisting in the coordination of maintenance, installation of home intrusion detection systems, and alarm monitoring. In 2017, the USMS initiated approximately 250 new residential projects. The current residential security program consist of standard and non-proprietary commercial off the shelf (COTS) alarm systems products and components of a security system. Home intrusion detection projects included the installation of an alarm panel, key pad, door/window sensors, motion sensor, and personal panic remote device, etc.



Instructions:
After reviewing the Scope, Background and Questions contained herein, interested parties shall submit the following in response to this RFI by e-mail no later than 12:00 pm, EST, Monday, May 28, 2018 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] HIDS RFI Response":

1. A capability statement in Microsoft Word or PDF Format
2. Publicly available pricing schedule for intrusion detection security components, exterior cameras, and alarm monitoring contract options.

All information provided to the Government must be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Capability Statements shall not exceed fifteen (15) double-sided 8 ½ x 11 pages, with one inch margins, and not exceed 12pt Times New Roman font. In addition to addressing each of the questions contained herein, respondents should include as part of their submission:

1. COMPANY INFORMATION: Company name, address, phone number, a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business under NAICS code 561621.


If applicable, provide a list of all relevant Government-Wide Acquisition Contracts and Federal Supply Schedule contracts your firm previously held and/or currently holds. Please include the contract number and expiration date for each.


2. PAST PERFORMANCE SUMMARY: Respondents may submit a summary of recent and relevant past performance supporting their stated capabilities to successfully perform an effort of this size and scope. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, Scope of equipment and services provided during the period of performance, and a Point of Contact at the Contracting Activity who can verify the information provided.


3. INTERESTED PARTY QUESTIONS: Interested parties may submit questions regarding this RFI by e-mail no later than 12:00 pm, EST, Thursday, May 10, 2018 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] HIDS RFI Questions".


Questions:


1. What support services can you provide to assist the government in managing a nationwide home intrusion detection system residential program?


2. What type of assessment/inspection/documentation of systems would you expect prior to competing for a management support contract?


3. Describe your help desk/service call function. What capability does your help desk/service call function possess to troubleshoot technical issues of home intrusion detection systems?


4. What capabilities do you have to support remote home intrusion detection system technology such as cameras and mobile app?


5. Describe your firm's ability to provide a nationwide footprint, including U.S. territories.


6. Describe any previous experience servicing and maintaining residential alarm systems for high profile customers.


7. Describe your firm's typical response times for new installations and service requests upon notification.
a. Arrival time to site;
b. Timeframe for ordering and delivering parts;
c. Repair/ installation time on site; and
d. Timeframe for submitting a final invoice.


8. Describe the warranty your firm provides for hardware and services, to include any labor, parts and software that are installed.


9. Identify your firm's ability to provide a 24 hour toll-free nationwide technical and alarm dispatch phone service.


10. Describe how your firm would package services for the following:
a. Transition of existing systems;
b. New system installations;
c. Preventative Maintenance; and
d. 24 hour Monitoring and Alarm Dispatch


11. Describe how your firm's pricing structure may reflect a system package concept for new installations, takeover of existing systems, monitoring services with multiple communication methods per account, maintenance services and existing system upgrades.


12. Participants are encouraged to provide any additional information related to the management of a nationwide home intrusion detection system residential program.


 


Lerna Chaglassian, Contracting Officer, Email Lerna.Chaglassian@usdoj.gov - Tiffany Wright, Contract Specialist, Email tiffany.wright4@usdoj.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP