The RFP Database
New business relationships start here

Physical Security/Access Control Systems (PS/AC) Multiple Award Construction Contract (MACC)


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

The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is conducting market research and seeking sources sought for a Multiple Award Construction Contract (MACC) for Physical Security/Access Control (PS/AC) system construction at various locations worldwide. The scope of this NAVFAC AT/FP Ashore Program Physical Security/Access Control Systems – 2 (PS/AC-2) Contract is to acquire supplies and services including installation of hardware, firmware and associated software, testing and operations support, training and technical manuals. The purpose of this PS/AC MACC is to provide design, procurement, integration, installation, technology refreshment, testing, and initial training for PS/AC systems to include hardware, firmware and associated software at Navy shore installations worldwide, including joint bases assigned to the Navy. The specific types of PS/AC Systems covered in this contract include, but are not limited to, Automated Vehicle Gates (AVGs), Automated Pedestrian Turnstiles (APTs), Architectural Barriers Act (ABA) Gates, Enclaves, Active Vehicle Barriers (AVBs), Electronic Security Systems (ESSs) and Physical Security Information Management (PSIM) Systems. The work meets the definition of construction in FAR section 2.101. The majority of the work meets the definition of construction in OPNAVINST 11010.20H, Chapter 3, Paragraph 2(a)(1).

 

NAVFAC Engineering and Expeditionary Warfare Center has been tasked by the NAVFAC Anti-Terrorism/Force Protection Ashore Program to develop, solicit, award and administer a contract for construction and engineering related services for PS/AC systems and facilities at various locations worldwide. This will be an indefinite delivery, indefinite quantity (IDIQ) type contract with firm fixed price task orders. Award is planned to approximately three to five firms. There will be an ordering period of 60 months plus one-6 month option ordering period. The cumulative not to exceed amount of this procurement is $99,000,000 for a maximum contract ordering period of 66 months. The applicable NAICS code is 237990 with a small business size standard of $39.5 million.

 

Interested firms are requested to provide a capabilities statement that includes: Company name; Point of Contact; Email address; Phone number; Company's business size and CAGE Code; past experience with work of a similar nature within the previous five years (provide contract numbers and values if applicable); demonstrate the capability to perform the work under this contract globally; if a small business demonstrate the technical ability, or approach to achieving technical ability, while demonstrating 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. Please limit capabilities statements to ten pages or less. Capabilities statements may be emailed to melissa.izarelli@navy.mil




Melissa Izarelli, Contract Specialist, Phone 8059825605, Email melissa.izarelli@navy.mil - William J. Hepler, Division Director ACQ72, Phone 8059823872, Email william.hepler@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP