REQUIRED CAPABILITIES
The Contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and other items and services necessary to perform maintenance and monitoring for the Intrusion Detection Systems. Fort Riley utilizes 368 zones. (The contractor should anticipate performing maintenance and monitoring on up to 385 zones due to project growth over the duration of this contract.) Some of the zones include headquarter buildings, firearm warehouses, document storage buildings, Sensitive Compartmental Information Facilities (SCIF), and ammunition bunkers.
If your organization has the potential capacity to provide this service, please provide the following information:
1) Organization name, address, email address, website address, telephone number, size and type of ownership of the organization, UEI of pending or active SAM.gov registration.
2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administration and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to:
1) Provide labor, equipment, and technology consistent to those described in this notice and otherwise anticipated.
2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully provide requirements.
ELIGIBILITY
The applicable NAICS code for this requirement is 561621 with a Small Business Size Standard of $25,000,000 annual revenue. The Product Service Code is J063. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
IMPEDIMENT TO COMPETITION
The security system used is Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS). ICIDS is the Department of the Army program of record for intrusion detection systems. Ft. Riley uses ICIDS version 5 (ICIDS-V) on all IDS protection facilities. ICIDIS is a proprietary system that is manufactured by DAQ Electronics. The ONLY personnel authorized to maintain and install ICIDS is a DAQ certified value added reseller. There is currently a total of 16 national value added reseller and territory specific value added resellers certified by DAQ to work on ICIDS in the United States. A list of DAQ value added resellers can be found on their website at: https://www.daq.net/corporate/var-list.
Identify any condition or action that may unnecessarily restrict competition with respect to this acquisition. Please contact MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Source Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
The contract type is anticipated to be Firm Fixed Price with a period of performance that will consist of five years (base plus four years) beginning on December 1, 2025.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, because there is no goal/target requirement for a small business. There is no requirement for a subcontracting plan in which goals/targets would be stipulated. A small business must comply with the limitations of subcontracting clause which is distinct from a subcontracting plan. This requirement would only be effective at the time of a firm’s response to an Issued Solicitation and is not practical for evaluation, assessment or consideration during a sources sought. A sources sought notice is intended to Enhance Market Research and not intended as a detrimental tool or sword to cutoff a small firm by Evaluating the responses to a sources sought notice as if they were responses to the Governments’ Issued Solicitation.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Vernard Ross, in either Microsoft Word or Portable Document Format (PDF), via email: vernard.d.ross.civ@army.mil
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to
this Sources Sought.