Search Contract Opportunities

Integrated Commercial Intrusion Detection System (ICIDS)   3

ID: W9124L23R0010 • Type: Presolicitation

Description

Posted: Aug. 24, 2023, 11:04 a.m. EDT

The purpose of this amendment is to update the Solicitiation date from 21 August 2023 to 30 August 2023. Changes are incorporated below.

Non-Personal Services - Integrated Commercial Intrusion Detection System (ICIDS) Maintenance

The Mission and Installation Contracting Command (MICC) Fort Sill, has a requirement for ICIDS maintenance contract. The Contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and other items and services, not identified as Government-Furnished, necessary to perform the installation, maintenance, adjustment, surveying, removal, repair, and replacement services, and provide systems administration (SA) for the Intrusion Detections Systems (IDS) at Fort Sill, Oklahoma. Fort Sill currently has 430 + zones on the installation. These zones include headquarters buildings, firearm warehouses, document storage buildings, Sensitive Compartmental Information Facilities (SCIF), ammunition bunkers, in addition to several other type zones. The contractor should anticipate performing maintenance and monitoring on all zones, due to projected growth over the duration of this contract. This Non-Personal Services Contract will encompass the following security systems: Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS). The Contractor shall ensure the IDS remain in maximum operational status. The Contractor shall also conduct 24/7 alarm monitoring of IDS.

North American Industrial Classification System (NAICS) Code 561621 is applicable to this acquisition. The applicable size standard is $25 million. The Government will be limiting competition to eligible 8(a) participants under a Request for Proposal (RFP). Evaluation of offers will be in accordance with Lowest Price Technically Acceptance (LPTA) procedures. A Firm Fixed Price (FFP) contract is anticipated. Services shall be procured in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items and 13.5, Simplified Procedures for Certain Commercial Items to the maximum extent possible. Expected award shall consist of one base period of performance (1 January 2024 30 September) and four one-year option periods of performance (1 October 2024 15 September 2028). The solicitation date of issue is on 30 August 2023. All responsible sources may submit a bid which, if timely received, will be considered. All bids must be submitted by 25 September 2023, 2:00pm CST. See solicitation for Bid Preparation Instructions.

Pursuant to FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Contractors may obtain further information on SAM registration at the following website: https://sam.gov/. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any proposal preparation costs.

The entire solicitation package will be made available on www.sam.gov website. Request for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the sam.gov website for release of the solicitation package or subsequent solicitation amendments.

Any questions may be directed to Deidra Hicks (Contracting Officer) at deidra.l.hicks.civ@army.mil and Brandi O'Daniel (Contract Specialist) at brandi.l.odaniel.civ@army.mil.

Posted: Aug. 1, 2023, 9:05 a.m. EDT

Overview

Response Deadline
Aug. 15, 2023, 1:00 p.m. EDT Past Due
Posted
Aug. 1, 2023, 9:05 a.m. EDT (updated: Aug. 24, 2023, 11:04 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Fort Sill, OK 73503 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
63%
On 8/1/23 MICC Fort Sill issued Presolicitation W9124L23R0010 for Integrated Commercial Intrusion Detection System (ICIDS) due 8/15/23. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561621 (SBA Size Standard $25 Million) and PSC J063.
Primary Contact
Name
Brandi O'Daniel   Profile
Phone
(580) 442-6769

Secondary Contact

Name
Deidra L. Hicks   Profile
Phone
(580) 442-3386

Documents

Posted documents for Presolicitation W9124L23R0010

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W9124L23R0010

Award Notifications

Agency published notification of awards for Presolicitation W9124L23R0010

Contract Awards

Prime contracts awarded through Presolicitation W9124L23R0010

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9124L23R0010

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9124L23R0010

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9124L23R0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W9124L
Source Organization Code
500036862
Last Updated
Aug. 30, 2023
Last Updated By
brandi.l.odaniel.civ@army.mil
Archive Date
Aug. 30, 2023