Corrective and Preventative Maintenance of Electronic Security Systems at the Ronald Reagan Building (№12195541)

01 jan

Number: 12195541

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


01-01-2019

Description


Corrective and Preventative Maintenance of Electronic Security Systems at the Ronald Reagan BuildingSolicitation Number: 70RFP218QEC000017
Agency: Department of Homeland Security
Office: Office of the Chief Procurement Officer
Location: Office of Procurement Operations, Federal Protective Service

Solicitation Number: 70RFP218QEC000017

Notice Type: Award

Contract Award Date: December 28, 2018

Contract Award Number: 70RFP219DEC000008

Contract Award Dollar Amount: $6132937.19

Contractor Awarded Name: Apogee-SSU Joint Venture LLC

Contractor Awarded DUNS: 079679852

Contractor Awarded Address: 128 Maxwell St.
Fayetteville, North Carolina 28301
United States

Synopsis: Added: Mar 07, 2018 11:41 am Modified: May 02, 2018 2:21 pm

Track Changes

The US Department of Homeland Security (DHS), National Protection and Programs Directorate (NPPD), Federal Protective Service (FPS) has a requirement for corrective and preventative maintenance of electronic security systems and the replacement and removal of outdated electronic security systems at the Ronald Reagan Building (DC0459). The Contractor shall provide preventive maintenance, repair, replacement, lifecycle upgrades and installations to meet assessed security vulnerabilities / gaps in existing TCM systems, as well as any new / additionally installed TCM systems and components in support of the facilities" CCV, ACS, IDS, and VIS systems that are part of the Ronald Reagan Building Complex.


The Period of Performance is for a one (1) year base period with four (4) one (1) year ordering periods and an optional six (6) month extension. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed priced provisions is anticipated. This acquisition is being solicited as a total Small Business set aside. Resultant task orders under this contract will be firm fixed price. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factors, when combined, are more important than price. The submission requirements and evaluation criteria are defined in the solicitation. The North American Industry Classification System (NAICS) code is 561621 with size standard is $20.5 million. The successful Contractor is required to be register with the System for Award Management (SAM) at http://www.sam.gov to be eligible for award. DHS Suitability Clearance is required prior to the start of performance.


Contractors are requested to submit any questions regarding this requirement via email as soon as possible but no later than May 31st, 2018 at 4:00PM ET to [email protected].


Mandatory site visits will be conducted at the facility between May 22nd and 24th to review the attached Statement of Work and tour the facility for prospective vendors. If you are interested in attending the site visit, please RSVP to [email protected] with the name of the company and personnel who will be attending (no more than 2 representatives per company) to get additional information. Vendors who do not RSVP will not be able to participate in the site visit. Perspective contractors will also be required to consent to the terms in DHS Form 11000-6 (08-04), "Non-Disclosure Agreement" prior to the site visit. The Government will not reimburse any contractor for the cost of the site visit.


Please note that the FedBizOpps staff is not authorized to determine the classification code for any FedBizOpps notice. A misclassified contract action fails to notify the firms most likely to respond and therefore may violate the Competition and Contracting Act, the Contracting Officer is held responsible for correctly classifying a FedBizOpps notice. A misclassified contract action must be corrected and re-synopsized in FedBizOpps. Detailed classification codes are available on the FedBizOpps website at http://www.FedBizOpps.gov.


Added: May 09, 2018 3:36 pm Modified: May 18, 2018 3:17 pm

Track Changes The purpose of this amendment is to provide notice that in order to attend the building site visits, interested parties must register and provide the signed DHS Form 11000-6 (NDA) no later than 12:00 PM EDT on Monday, May 21, 2018. Vendors who have not completed this process will not be permitted to participate in any of the scheduled site visits.The purpose of this amendment is to delete Attachment 1 Past Project Form (pages 101 - 104) and Attachment 2 Past Performance Questionnaire (pages 105 - 110) in their entirety, and replace them with the revised Past Project Form and Past Performance Questionnaire, which are attached. Added: May 25, 2018 1:25 pm A. The purpose of this amendment is to delete the Statement of Work (SOW) (pages 5 - 51) in its entirety, and replace it with a revised Statement of Work which is attached (54 pages). The summary of changes can be found on page 3 of the SOW attachment.

B. Additionally, the purpose of this amendment is to add CLIN 0004 for the maintenance of the existing MDI ACS system. Note that the MDI ACS maintenance element has been removed from all other maintenance related CLINs.


C. The following is a list of vendors that attended the mandatory Ronald Reagan Building Site Visits from May 22 through May 24:


Star Asset Security
MicroTech
CCTV Operations
BITS
Government Contracting Services LLC
Mona Electric
eVigilant
Condortech Services, Inc.
Applied Security Technologies, Inc.
Integrated Security Technologies, Inc.
F-Concepts
A-Tech Systems, Inc.
SCi/Tecknomic
G4S Secure Integration
Orion Management
Concord Crossroads, LLC/ Signet
Verint Situational Intelligence Solutions
Monitor Dynamics
Probitas Technology, Inc.
Apogee-SSU Joint Venture, LLC
Versar Security Systems
Diverse Solutions Group
Birdi & Associates
TIC Security
Digitronics Inc.

Added: Jun 01, 2018 12:40 pm The purpose of this amendment is to extend the closing date for receipt of quotations
(RFQ) to 06/15/2018 at 2:30 pm EDT.

Additionally, this amendment is to post an updated list of vendors that attended the
mandatory Ronald Reagan Building Site Visits from May 22 through May 24.

Added: Jun 11, 2018 4:33 pm The purpose of this amendment is to delete the Statement of Work (SOW) incorporated into Amendment 0003 (54 pages) in its entirety, and replace it with a revised Statement of Work which is attached (60 pages). The summary of changes can be found on page 3 of the SOW attachment.

Additionally, this amendment is to extend the closing date for receipt of quotations (RFQ) to 06/22/2018 at 2:30 pm EDT.

Added: Jun 19, 2018 3:20 pm The purpose of this amendment is to extend the closing date for receipt of quotations (RFQ) to 07/03/2018 at 2:30 pm EDT. Added: Jun 27, 2018 3:15 pm The purpose of this amendment is to extend the closing date for receipt of quotations (RFQ) to 07/13/2018 at 2:30 pm EDT. Added: Jul 10, 2018 2:27 pm The purpose of this amendment is to delete the Statement of Work (SOW) incorporated into Amendment 0005(60 pages) in its entirety, and replace it with a revised Statement of Work. Additionally, the purpose of this amendment is to extend the closing date for receipt of quotations (RFQ) to 07/19/2018 at 2:30 PM EDT. The following questions and answers are hereby provided for informational purposes only and do not amend or change the solicitation. There are a total of 145 industry questions and answers. This Amendment contains questions and answers 1-92.Amendment 0009 will contain the remainder of questions and answers, 93-145. Added: Jul 10, 2018 2:51 pm The purpose of this Amendment is to post the remainder of industry questions and answers. There are a total of 145 industry questions and answers. Amendment 0008 contains questions and answers 1-92. This Amendment contains questions and answers 93-145. Added: Jul 12, 2018 3:19 pm The purpose of this Amendment is to post industry question and answer #146. This question and answer is hereby provided for informational purposes only and does not amend or change the solicitation. Additionally, the purpose of this Amendment is to delete the answer to questions #32 (Amendment 0008) and #135 (Amendment 0009) in their entirety, and replace them with revised answers.

Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: May 2, 2018



Tab_A_-_70RFP218QEC000017_1449_-_FINAL.pdf (1697.45 Kb) Description: 70RFP218QEC000017 Solicitation

Amendment 1 Type: Mod/Amendment

Posted Date: May 9, 2018



70RFP218QEC000017_Amend_1.pdf (161.75 Kb) Description: Amendment 0001

Amendment 2 Type: Mod/Amendment

Posted Date: May 18, 2018



70RFP218QEC000017_Amendment_002.pdf (81.99 Kb) Description: 70RFP218QEC000017 Amendment 002

Amendment 3 Type: Mod/Amendment

Posted Date: May 25, 2018



70RFP218QEC000017_Amendment_003.pdf (1954.41 Kb) Description: 70RFP218QEC000017 Amendment 003

Amendment 4 Type: Mod/Amendment

Posted Date: June 1, 2018



70RFP218QEC000017_Amendment_0004.pdf (85.47 Kb) Description: 70RFP218QEC000017_Amendment_0004

Amendment 5 Type: Mod/Amendment

Posted Date: June 11, 2018



70RFP218QEC000017_Amendment_0005.pdf (2096.57 Kb) Description: 70RFP218QEC000017_Amendment_0005

Amendment 6 Type: Mod/Amendment

Posted Date: June 19, 2018



70RFP218QEC000017_Amendment_0006.pdf (80.84 Kb) Description: 70RFP218QEC000017_Amendment_0006

Amendment 7 Type: Mod/Amendment

Posted Date: June 27, 2018



70RFP218QEC000017_Amendment_0007.pdf (80.84 Kb) Description: 70RFP218QEC000017_Amendment_0007

Amendment 8 Type: Mod/Amendment

Posted Date: July 10, 2018



70RFP218QEC000017_Amendment_0008.pdf (963.39 Kb) Description: 70RFP218QEC000017_Amendment_0008

Amendment 9 Type: Mod/Amendment

Posted Date: July 10, 2018



70RFP218QEC000017_Amendment_0009.pdf (120.18 Kb) Description: 70RFP218QEC000017_Amendment_0009

Amendment 10 Type: Mod/Amendment

Posted Date: July 12, 2018



70RFP218QEC000017_Amendment_0010.pdf (87.25 Kb) Description: 70RFP218QEC000017_Amendment_0010



Contracting Office Address: 701 Market Street
Philadelphia, Pennsylvania 19106
United States


Place of Performance: Ronald Reagan Building
Washington DC, District of Columbia
United States


Primary Point of Contact.: Corey Parkes, Contract Specialist

[email protected] Phone: 2155212248

Secondary Point of Contact: Josh B. Clemens, Contracting Officer

[email protected] Phone: 215-521-2255