Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2016 FBO #5238
SOURCES SOUGHT

R -- Access Control Security Systems Maintenance

Notice Date
3/25/2016
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-16-Q-AA1506
 
Archive Date
4/23/2016
 
Point of Contact
Erin E Bass, Phone: 757-628-4130
 
E-Mail Address
erin.k.bass@uscg.mil
(erin.k.bass@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Coast Guard Shore Infrastructure Logistic Center, Norfolk, Virginia to identify sources capable of providing inspection, troubleshooting, maintenance, repair and upgrading of the Access Control Security Systems currently servicing two buildings (Chase Hall & Child Development Center) at the Coast Guard Academy, New London CT for a base year plus four option years, if exercised by the Government, beginning 1 October 2016. The total estimated value for the base and all four option periods combined is between $250,000 and $500,000. The contractor shall furnish all provide all personnel, management, supervision, materials, supplies, equipment, tools, transportation and other items necessary to maintain, repair, and inspect the Security Systems at the Coast Guard Academy. The applicable NAICS Code is 561621 (Security Systems Services (except Locksmiths)) with a size standard of $20.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations. Any interested firm capable of providing these services is requested to respond via e-mail to: Erin.K.Bass@uscg.mil no later than 4:00pm, 8 April 2016, with the following documentation: Company Name and Address, Point of Contact and Phone Number, Dun and Bradstreet Number (DUNS) and Business Size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business) A solicitation will be issued shortly and will be synopsized on the FedBizOpps Electronic Posting System at www.fedbizopps.gov. It is the potential offer's responsibility to monitor this avenue for release of any future solicitation or synopsis. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the Internet at www.sam.gov. In addition, past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services and of comparable value, held with the U.S. Coast Guard, other Government agencies or private industry. Competition and set-aside decisions may be based on the results of this market research. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any business arrangement as deemed appropriated for this procurement. Competition and set-aside decisions may be based on the results of this market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-16-Q-AA1506/listing.html)
 
Place of Performance
Address: United States Coast Guard, New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN04062850-W 20160327/160325234229-0d830dba2be30dcf3cb1fb3347b98735 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.