The RFP Database
New business relationships start here

Security System Design and Integration II (SSDI II)


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

1. Introduction/Purpose

The FAA has a requirement to perform the complete technical refresh of security systems at staffed facilities. The purpose of this Market Survey is to solicit statements of interest and capabilities for interested vendors.

Technical Refresh can vary from the replacement of fully integrated Physical Access Control System (PACS), Surveillance System, and Perimeter Intrusion Detection System, to replacing intercoms and door hardware. Access control systems must meet Homeland Security Presidential Directive-12 (HSPD-12) and National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) requirements and be on the General Services Administration (GSA) approved parts list. Access control devices for small facilities will be networked to shared security servers. All facilities must be able to be remotely monitored by the FAAbs Physical Security Enterprise Management System (PSEMS) which can manage alarms, alarm video, and Personal Identity Verification (PIV) cardholder access. The FAAbs current PSEMS includes Kaplogic (Aegis 3), TI (Entrypoint), JCI (P2000), and Pelco subsystems.

The prospective company must provide a Commercial-Off-the-Shelf PACS, as well as design, integration, procurement, installation, documentation, and testing and training for the integrated system and each system, subsystem, or component. There are approximately 1,100 staffed facilities that will require some level of technical refresh during the contract period of performance. The anticipated period of performance is a total of ten years, including a 2-year base and four 2-year options.

2. Incumbent Contractor

This is a follow-on contract to the Security Systems Design and Integration Contract (DTFAWA-08-D-00010) held by Versar Security Systems, LLC, located in Springfield, Virginia.

3. Nature of Competition

The acquisition strategy for the procurement has not been determined at this time; however, either an unrestricted competition or a set-aside will be chosen depending on the responses to the market survey. The FAA will consider information submitted in response to this market survey in determining the method and type of procurement competition. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under unrestricted competitive procedures. If the FAA decides to conduct an open competition, it may limit the competition to only those vendors who respond to this market survey.

The FAA requires copies of certification letters for interested service-disabled veteran-owned business or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBAbs 8(a) Program.

4. General Information

The responses to this Market Survey will be used for information purposes only and will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected from release if appropriately marked. This is not a Screening Information Request or a Request for Proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any costs associated with the market survey submittal are solely at the interested vendorbs expense and will not be reimbursed. Responses will not be returned. No evaluation letters or results will be issued to the responders. If a solicitation is issued, it will be announced on the FAAbs Contract Opportunities web page. It is your responsibility to monitor the site for the release of a solicitation.

The Buy American Act (BAA) does not apply to the purchase of information technology that is a commercial item. If a solicitation is issued, the BAA may apply to some (but not all) of the solicited items.

5. North American Industry Classification System (NAICS) Code

The classification for this acquisition is 561621, Security Systems Services (except Locksmiths). The size standard associated with NAICS 561621 is $20.5 million. If you believe that another NAICS code is more appropriate to the work specified in this market survey, include supporting justification with your alternate NAICS code. A respondentbs suggestion of an alternate NAICS code does not mean that the procurement will be set-aside or solicited under that alternative code.

6. Delivery of Submittals

Please submit your response via e-mail, to Amy Wright (amy.wright@faa.gov) by 1:00 pm ET on November 14, 2016. Please limit your submission to a total of ten pages (not including the past performance, business declaration, or comment matrix forms which do not count toward the total.

7. Contents of Submittal

Your submittal must contain:
(a) A completed Business Declaration Form.
(b) Three to five completed Past Performance Forms containing information about your contracts experience on projects resembling the size, scope, and complexity as described in this market survey. To be considered relevant, your experience must relate to security system services. Experience relating to Mechanical, Heating, Ventilation and Air Conditioning (HVAC) will not be considered.
(c) A Capability Statement (limited to 10 pages) that DIRECTLY responds to the questions listed below; and
(d) A completed Comment Matrix Form (optional).

8. Capability Statement

Please respond DIRECTLY to the following questions in your Capability Statement.

Q1.     As of October 1, 2017, how many years of security experience will you have in performing projects similar to the size, scope and complexity to the SSDI-II acquisition? (Document your experience using the Past Performance Forms).

Q2.     As of October 1, 2017, how many years of experience will your company have integrating multiple facilities into an enterprise (national or regional) system? Is the experience on projects similar in size, scope, and complexity to the SSDI bII acquisition? (Document the specialized experience using the Past Performance Forms).

Q3.     What access control system and associated approved peripherals would you expect to utilize to fulfill the SSDI II requirements? Are they FIPS 201 compliant? Have they been tested and are they on the GSA Approved Parts List?

Q4.    What is your approach to conducting site surveys and how would you minimize related costs?

Q5.    What is your approach to site installation and site testing and how would you minimize related costs?

Q6.     Are there any labor categories in the attachment bLabor Category Definitionsb that will not be needed? Why not?

Q7.    Are there any labor categories that you would like added to those listed in the bLabor Category Definitionsb? Why?

Q8.    What are your estimated, fully burdened national rates for the labor categories in the bLabor Category Definitionsb and for any additional categories identified in response to the above question?

9. Attachments
(a) Business Declaration Form
(b) Past Performance Form
(c) Draft Requirements Summary
(d) Draft Labor Category Definitions
(e) Comment/Question Matrix Form

                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/25813 to view the original announcement.

Amy Wright, amy.wright@faa.gov, Phone: 202-267-4425

Click here to email Amy Wright

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP