Security System Maintenance III (SSM III) - Request for Information

expired opportunity(Expired)
From: Federal Government(Federal)
SSMIII-RFI

Basic Details

started - 06 Apr, 2020 (about 4 years ago)

Start Date

06 Apr, 2020 (about 4 years ago)
due - 13 Apr, 2020 (about 4 years ago)

Due Date

13 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
SSMIII-RFI

Identifier

SSMIII-RFI
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE AIR FORCE (60375)FA2550 50 CONS PKP (260)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**The response due date has been extened TO 13 April 2020 at 12pm**Any information submitted by respondents to this request is strictly voluntary.  All information received from this RFI will be used for planning and market research purposes only.  We will treat your response to this RFI as information.  The information provided may be used by the Air Force to develop an acquisition strategy, performance work statement, and associated specifications.  Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties’ expense.  All submissions become Government property and will not be returned.Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted.  Information submitted shall be unclassified, and to the maximum extent possible, please submit non-
proprietary information.  Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  The Government shall not be liable for damages related to proprietary information that is not properly identified.Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel supporting the 50th Space Wing (50 SW).  The responses may be forwarded to other Government entities in consideration for applicability to other programs.  All Government personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information.  All members of the government and contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations.  In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. Notice to Interested Parties: The 50 SW has an anticipated requirement for Security System Services for Schriever AFB (SAFB), Colorado, 80912.  A draft performance work statement (PWS) for this requirement is attached.The anticipated NAICS is 561621 – Security Systems Services (except Locksmiths) with a small business size standard of $20.5M.This RFI is issued solely for information purposes.  It does not constitute a RFP or a promise to issue a solicitation in the future.  This RFI does not commit the Government to contract for any supply or service in any manner.  Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties’ expense.  Not responding to this RFI does not preclude participation in any future solicitation, if any is issued.Submission:Interested parties should submit responses no later than 13 Apr 2020, 12:00 p.m. Mountain Time to the 50 CONS PKD Specialized organizational email at 50CONS.PKDB.Specialized@us.af.mil.  Submissions should address all questions and provide feedback on the PWS.General Questions:Company InformationNameAddressPoint of Contact (POC)Business size (i.e., annual revenues and employee size), business status (i.e., 8(a), HUBZone, or SDVOSB) and backgroundPlease provide recommendations for the NAICS and rationale explaining why it is more applicable than the one specified above.  Please specify your company’s business size status for each NAICS provided in your response.Please identify any specific Organizational Conflicts of Interest(s) (OCI) (see FAR §9.5) that will affect your company’s ability to propose for the SSM III acquisition.What source selection method does your company suggest for the SSM III acquisition and why?What type of contract does your company suggest for the SSM III acquisition and why?If the source selection is a tradeoff, how many years of relevant past performance should the government evaluate under the past performance evaluation factor?How long would be appropriate for proposal development?  Is 15 days sufficient?Please provide feedback on areas of the PWS that may require clarification, and any other feedback, which could be used to strengthen and/or clarify the requirement.What additional information should be included in the PWS to assist offerors in the development of proposal pricing?  Workload data will be provided with the solicitation.Is there any areas in the draft PWS that present excessive cost, schedule or performance risks?  If so, please provide detailed information and suggested mitigation.The majority of resources will be employed within a restricted area and top secret/sensitive compartmented information (TS/SCI) environment requiring special access.  Please address your company’s ability to provide personnel to perform support at TS/SCI levels.What level of facility clearance does your company maintain? As a prime contractor whether small or large business, what percentage of subcontracting opportunities would be available to other small businesses?  What items would need to be subcontracted?Please provide additional questions and/or comments regarding the SSM II acqusition.Inventory:  Please provide best practices for inventory tracking equipment used to maintain a large security system:How does your company keep track inventory of Government provided equipment?How does your company keep track inventory of company provided equipment?Does your company recommend the Government maintain possession of the inventories for inspection purposes? Man Power:  Based on the SSM III PWS requirements and workload data:How many technicians are necessary to properly staff?What labor categories/titles of the technicians are required?What certifications are needed for technicians to support the Giant Voice (GV) Federal Signal GV and Public Announcement (PA) Valcom PA systems?What certifications are needed for technicians to support security systems?Retention:  What is the industry standard for employee turnover for the type of technicians SSM III PWS requires? What is your company’s retention rate? Equipment Maintenance and System Upgrades:  Based on the SSM III PWS requirements:What is your process to provide equipment maintenance on Government provided system equipment?What is your process to provide equipment maintenance on system equipment provided by your company?What is industry practice for system upgrades?  Equipment Licenses:  Please share how your company tracks licenses:How does your company keep current on equipment licensing?How would your company mitigate an expired equipment license? Safety plan:  Please explain the safety regulations your company uses and have in place. Work Order Completion/Close-outs:  Please explain the steps taken or plan implemented in the event a work order cannot be completed due to exhausting troubleshooting by the company technician:  How does you company prioritize work load/work orders?Is it your company policy to reach out to the equipment manufacturer for troubleshooting and repairs as part of maintenance?If your company utilizes manufacturer technicians, does your company follow through to completion of the work, to include coordinating a manufacturer site visit? If a manufacturer technician site visit is required, does industry consider that part of the maintenance/repair of that work order, or beyond PWS requirement?Are the response times identified in the SSM III PWS in line with industry practice?  Are they reasonable?Work Order Tracking:Does your company use a tracking system for work orders?Does your company have experience with IDS, IMDS, Remedy, and CIPS?IDS - In the Information Technology field IDS stands for Intrusion Detection System (network firewall)Integrated Maintenance Data System (IMDS) - IMDS tracks all maintenance information that should be accessible for collection, storage, and dissemination of critical data for repair and improvement of Air Force weapons systems and equipment.  IMDS functions as a single logical data base that accesses historical and legacy data currently stored in other data bases.  The design of IMDS is flexible to support changes in logistics infrastructure size, quantity, and mission orientation, whether at home base or deployed.  IMDS allows unit-level selection of system functions.Remedy Software - The ticket is tracked in the Request For Service problem tracking system until it is resolved.  Remedy provides a way to track customer problems whether they report them by telephone, Internet, e-mail, in person at the ITS Information Technology Response Center or at one of the other campus technical support centers.Cyberspace Infrastructure Planning System - CIPS is a US Air Force enterprise-wide database to support IT business processes.  In a secure web-based environment, CIPS supports the communications infrastructure for documentation, planning, funding exercises, and implementation of requirements and work orders across all levels of the Department of Defense (DoD).Parts for Repair/Maintenance:  Is it Industry practice to include the price for parts and materials for the SSM III PWS requirement in the contract, or as additional items?New Work:  How do you recommend pricing additional work, such as additions to extend a system to a new space, room, new building where it does not currently exist?System Lifespan:  The Honeywell Vindicator system on SAFB has been in operation for the past 8-10 years. Would your company recommend an upgrade? If so, what system upgrades would you recommend and why?Contract Scope:  The SSM III PWS scope includes the Giant Voice (GV), Public Announcement (PA), and Security Systems (SS).Does your company recommend keeping the current scope?Does your company recommend separating the scope with GV/PA as one contract and SS as another?Please explain your rationale for the scope recommendation.

Colorado Springs ,
 CO  80912  USALocation

Place Of Performance : N/A

Country : United StatesState : ColoradoCity : Colorado Springs

You may also like

REQUEST FOR INFORMATION OF EMERGENCY ALERT NOTIFICATION SYSTEMS

Due: 06 May, 2024 (in 10 days)Agency: The Port Authority of New York and New Jersey

METASYS BUILDING AUTOMATION SYSTEMS MAINTENANCE

Due: 31 Aug, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

D--EROS SECURITY SYSTEM MAINTENANCE

Due: 10 May, 2024 (in 14 days)Agency: INTERIOR, DEPARTMENT OF THE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561621Security Systems Services (except Locksmiths)