The RFP Database
New business relationships start here

Security System Design and Integration II (SSDI II)


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

The purpose of Amendment 0011 is to respond to two vendor questions regarding prior amendments. The time and date for submission of proposals is unchanged by this amendment.
**********************
The purpose of Amendment 0010 is to answer two final vendor questions prior to proposal due date and to update the list of FAA support contractors. The time and date for submission of proposals is unchanged by this amendment. Change pages to Section L and Section M are attached to Amendment 0010 SF30.
**********************
The purpose of Amendment 0009 is to answer vendor questions and clarify solicitation sections and attachments. The time and date for submission of proposals is unchanged by this amendment.

Change pages for Section B and Section L and FAA responses to vendor questions are attached to the Amendment 0009 SF30. Also posted are files for J-19, Sample Task, FSL-3 Gate Configuration; J-08, Task Order Work Plan Template; J-16, Equipment List PRICE, and J-16, Equipment List TECHNICAL.
**********************
The purpose of Amendment 0008 is to correct and revise solicitation sections and attachments and to notify Offerors that they may submit additional questions to the Contracting Officer at amy.wright@faa.gov. Questions submitted by 5:00 pm July 6, 2018 will be answered in a forthcoming amendment.

The time and date for submission of proposals is unchanged except for VOLUME 1, Section 8, Subcontracting Plan, which is due at 2:00 pm, October 15, 2018, contemporaneously with the VOLUME 2, PRICING.

Change pages to Section C and Section L are attached to the SF30. Also posted with this announcement are replacement files for Attachments J-03, List of Applicable Documents; J-08, Task Order Work-Plan Template; J-11, Contractor Acceptance Inspection Template; J-19, FSL-3 SSDI II Sample Task; and J-24, Past Experience and Performance History Form. A file for J-19, FSL-1 Sample Task Drawings, is added. Also posted with this announcement are SF30s for Amendment 0002 and Amendment 0003.

*********************
The purpose of Amendment 0007 is to extend the receipt date for proposals and update and clarify the SIR sections as described in the amendment. The time and date for submission of VOLUME 1, OFFER AND OTHER DOCUMENTS, and VOLUME 3, MANGEMENT, TECHNCAL, AND PAST PERFORMANCE is 2:00 pm ET on 08/01/2018. VOLUME 2, PRICING, is due at 2:00 pm ET on 10/15/2018. The amendment (Amendment 0007 PW Req.pdf) is attached.

Portions of the RFO are For Official Use Only (FOUO), Sensitive Unclassified Information (SUI) documents and must be treated appropriately. FAA Procurement Guidance T.3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Vendor Document Security Notice (DSN) and must be adhered to before receiving access to portions of the RFO.

If you have previously submitted a DSN for this procurement, it is not necessary to complete a new DSN. If you have not previously submitted a DSN, see the below instructions.

To receive access to the FOUO/SUI documents, please complete the below actions and return signed DSN (see attached VENDOR DOCUMENT SECURITY NOTICE.DOC) to the Contracting Officer (CO) Amy Wright at amy.wright@faa.gov and copy Samantha Williams at Samantha.E.Williams@faa.gov.

To obtain the documents you must:

A. Be registered in the System for Award Management (SAM) www.sam.gov with the NAIC code listed above.

B. Agree to the terms and conditions for release by signing and submitting the DSN, including a list of employees with access to the documents and a preliminary list of subcontractors if applicable.

Upon receipt of the signed DSN and verification of SAM registration, the Contracting Officer will provide further instructions to the responding Company's named authorized representative. RFO documents are only available through a secure release by the CO.



*******************
The purpose of this amendment (0006) is to provide answers to vendor questions and incorporate related changes to Section I, Section L, and Section M. Additional changes to the Attachments (as discussed in the Q&A document) will be included in a forthcoming amendment.

Changes to the Sections include:

1. Section I - 3.10.2-2 Subcontracts (Cost-Reimbursement and Ceiling Priced Contracts) July 2017 has been added.

2. Section L has been amended has follows:
(a) L.1.2 - The size standard has been corrected.
(b) L.4 - The title of volume 1 has been corrected and the format for electronic files has been specified. Additionally, the table has been amended to clarify the page number requirements.
(c) L.5 - Font requirement for disclaimers, headers and footers has been updated;

3. Section M - M.6.1 has been amended to correct the numbering of the subparagraphs.

The SSDI II procurement has been delayed. The FAA intends to continue with this acquisition in the near future. The revised schedule will be posted on the FAA Contracting Opportunities web site when the schedule is finalized. Vendors are advised to check the web site (https://faaco.faa.gov) on a regular basis).

********************
The purpose of Amendment 0005 is to extend the due date for proposals for an indefinite period. The FAA anticipates that an amendment will be issued answering vendor questions and establishing a due date for proposal that allows Offerors time to complete and submit proposals.


*****************************
The purpose of Amendment 004 is to:
* Update L.3.1, OFFEROR QUALIFICATIONS
* Update L.7, TIME, DATE, PLACE, AND SUBMISSION OF PROPOSALS
* Extend the proposal due date to February 23, 2018
* Replace Attachment J-20, Cost Model, in its entirety, and
* Provide a partial response to vendor questions.
Two files are attached, (1) the amendment including (SF30), continuation page (Q&A's) and Section L change pages, and (2) a replacement of J.20, Cost Model. The remainder of the vendor questions will be addressed in a future amendment.
*******************
The purpose of Amendment 003 is to replace Section J.8, Task Order/Work-Plan Template, and to extend the period for Offerors to submit questions and comments, per Section L.1.4, through January 16, 2018, 2:00 pm ET. The due date for submission of proposals is not changed.


***********************
The purpose of Amendment 002 is to add files containing drawings for Section J.9, Sample Tasks.

*******************
The purpose of Amendment 001 is to add files for Section J Attachments that were inadvertently omitted with the initial release. This amendment also includes a copy of the Vendor Document Security Notice Agreement (ref Paragraph 6 below.

This announcement is a Request for Offers (SIR DTFAWA-17-R-00049) for the SSDI2 procurement, as described below.

1. General Requirements

The FAA has a requirement to perform the complete technical refresh of security systems at staffed facilities. 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 accessible for remote monitoring by the FAA's Physical Security Enterprise Management System (PSEMS) which can manage alarms, alarm video, and Personal Identity Verification (PIV) cardholder access.

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

This is an unrestricted competition.

4. General Information

The purpose of this announcement is release the SIR. Portions of the SIR are Security Sensitive and are for release for official use only. Some SIR files have been password protected and may only be obtained as authorized by the Contracting Officer.

5. Northern American Industry Classification System (NAICS) Code

The classification for this acquisition is 561621, Security System Services (except Locksmiths). The size standard associated with NAICS 561621 is $20.5 million.

6. How to Obtain Sensitive Unclassified Information

Portions of the RFO are Four Official Use Only (FOUO), Sensitive Unclassified Information (SUI) documents and must be treated appropriately. FAA Procurement Guidance T.3.14.1-6(b) provides authority for SUI. The process for FOUO/SUI documents is contained in the attached Vendor Document Security Notice (DSN) and must be adhered to before receiving access to portions of the RFO.

To receive access to the FOUO/SUI documents, please complete the below actions and return signed DSN to the Contracting Officer (CO) Amy Wright at amy.wright@faa.gov. To obtain the documents you must:

A. Be registered in the System for Award Management (SAM) www.sam.gov with the NAIC code listed above.

B. Agree to the terms and conditions for release by signing and submitting the DSN, including a list of employees with access to the documents and a preliminary list of subcontractors if applicable.

Upon receipt of the signed DSN and verification of SAM registration, the Contracting Officer will provide further instructions to the responding Company's named authorized representative. RFO documents are only available through a secure release by the CO.

If you have previously submitted a DSN in response to the RFI previously released for this procurement, it is not necessary to complete a new DSN. Please review the list of employees and subcontractors, if any, that were previously submitted with your and update if this information has changed. When you have verified the information, please send an email to the CO at the above address with any updated information of stating that the information previously submitted is current and accurate and attach a copy of the signed DSN.

7. Procurement Milestones

The projected milestones for the procurement are:
Offeror Comments and Questions Due b 01/12/2018
Receipt of Proposals b 02/05/2018
These dates are subject to change, and are provided for planning purposes only.

8. Additional Information

This announcement is not intended to guarantee procurement of the equipment and services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this announcement.
                                        
                                        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/30881 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