Trade Leads

PROPERTY SECURITY EQUIPMENT AND SERVICE NEEDED
Intrusion Detection Systems Maintenance Maintenance, repair, and alteration of real property NAICS Code: 561 -- Administrative and Support Services/561621 -- Security Systems Services (except Locksmiths) The Air National Guard mandates the use of electronic security systems (ESS) protection for ANG resources for areas that store various levels of classified material at Air National Guard bases all across the 54 states and territories. Air Force Instruction (AFI) 31-101 requires the operation of standardized and integrated electronic security systems designed to safeguard personnel; to prevent unauthorized access to equipment, installations, material, and documents; and to safeguard against espionage, sabotage, damage, and theft. Equipment used for protection of protection level resources must be approved as stipulated in AFI 31-101. Since 1994, a majority of ANG Bases have selected Advantor Systems Corporation (ASC) equipment and services to meet this mandatory requirement. The objective of this requirement is to implement a standardized, centrally managed, cost-effective program designed to meet or exceed preventive and corrective maintenance requirements for all Advantor Intrusion Detection Systems (IDS) and all Advantor PL-1 to PL-3, DCID 6/9 and JAFAN 6/9 EECS at ANG Bases. Any resulting contract is intended allow any ANG Base to use this contract to install or maintain ESS, using local base funding for additional IDS, EECS, CCTV or other components of their individual Integrated Base Defense Security System (IBDSS). The Contractor shall provide Regional Maintenance Technicians that will be required to perform preventive and emergency service. Emergency service shall be available 24 hours per day, 7 days a week. Place of Performance: The Contractor shall perform travel as required for ESS preventive maintenance and emergency service at the included bases. The National Guard Bureau (NGB) Operational Contracting Division is conducting market research (sources sought) to determine the availability of qualified sources to provide ANG ESS Preventive Maintenance Support. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this posting marked Sources Sought/Market Survey is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor prot g relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partner. Capability Packages should clearly address the following: A technical understanding of objective of this requirement to implement a standardized, centrally managed, cost-effective program designed to meet or exceed preventive and corrective maintenance requirements for all Advantor Intrusion Detection Systems (IDS) and all Advantor PL-1 to PL-3, DCID 6/9 and JAFAN 6/9 EECS at ANG Bases. Key Personnel: Does key personnel have previous experience in schedule administration for a similar ESS maintenance project? Past Performance: Does the company have past performance for a similar ESS maintenance project? In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Describe your firms relevant past performance experience within the last three years of schedule administration for an ESS maintenance project or a similar project. (2) Corporate Experience - Describe your firms work experience similar in nature, scope, complexity, value and difficulty of work in schedule administration for an ESS maintenance project or a similar project. (3) Company size (number of employees)? (4) Company size (annual revenue)? (5) Describe your firm's partnerships/teaming capabilities that would enable you to perform the objectives of this requirement. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) on System for Award Management (SAM) lack of registration in the SAMs will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above by 24 December 2014, 12:00 pm EST to kevin.d.knight.civ@mail.mil. Please include company name, address, telephone number, and a technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with one-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is capable to provide the above services. All contractor questions must be submitted no later than 12:00PM EDT on 15 December 2014 to the contract specialist, Mr. Kevin Knight, kevin.d.knight.civ@mail.mil. Telephone calls regarding this notice will NOT be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Additional Info: Additional documentation Contracting Office Address: National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231 Place of Performance: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 111 S George Mason Dr Arlington VA 22204-1373 US Point of Contact(s): Kevin Knight, 703-607-1279 National Guard Bureau, Contracting Support