Washington, DC Bids > Bid Detail

Residential Modular SCIF

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159009030698397
Posted Date: Mar 24, 2023
Due Date: Mar 31, 2023
Solicitation No: 632366394
Source: https://sam.gov/opp/18d4946a13...
Follow
Residential Modular SCIF
Active
Contract Opportunity
Notice ID
632366394
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
DEFENSE INFORMATION SYSTEMS AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 24, 2023 10:54 am EDT
  • Original Response Date: Mar 31, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Washington , DC 20038
    USA
Description

NOTICE OF INTENT TO SOLE SOURCE



The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Centurion Consulting LLC. A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.



The proposed contract action is for the acquisition of one new modular SCIF installed in a residence in the NCR. The SCIF must meet or exceed Intelligence Community Directive (ICD) 705 standards, Sound Transmission Class (STC) 56 rating, and Transient Electromagnetic Pulse Emanation Standards (TEMPEST), and utilize fiberglass reinforced panels (FRP). In addition, the Intrusion Detection System (IDS) for the SCIF must follow Underwriters Laboratories (UL) 2050 standards. Cooling, Electrical, and monitoring service activation and sustainment are also included as part of the statement of work. Furthermore, the requirement includes disassembly, transportation, storage and/or reassembly options for one of the currently deployed SCIFs in the National Capitol Region. Currently there are 4 installed residential SCIFs and one at a military base. At this time, the contractor Centurion Consulting LLC is the only source capable of providing all necessary products and services.



The basis of the determination is it is imperative that the new SCIF being acquired have compatible and interchangeable components, physical connections, and monitoring services for quick and dependable redeployments, reconfigurations, and rapid reaccreditations. The Government has reviewed alternative systems and sought out alternative vendors, however, Centurion Consulting LLC is the only vendor to guarantee compatible FRP components and associated interlocking connections, which will be compatible with the existing systems. There are currently five Centurion Consulting LLC modular SCIFs deployed and active in numerous locations throughout the region. Finally, this requirement incorporates optional work for the disassembly, transportation, storage, and reassembly of the five deployed SCIFs. Centurion Consulting LLC, as the initial installation and accreditation provider, is the only company with the expertise to accomplish these tasks without damaging the components, hardware, and physical connections.



The statutory authority for other than full and open competition is 41 USC 1901 (e) (2), as implemented by FAR 13.501(a). Companies who believe they can provide this product and service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement. Please contact the Primary Point of Contact, Ms. Karoline Schmal, for information on how to obtain a copy of the solicitation. All responsible sources may submit a capability statement or quotation which shall be considered by DISA.



The North American Classification System (NAICS) code 332311 – Metal Building and Component Manufacturing will be used for determining company size status.



CONTRACT/PROGRAM BACKGROUND:



Contract Number: HC1047-22-C-0006



Contract Type: FFP



Incumbent and their size and CAGE: 8SLW7



Method of previous acquisition: Competitive Small Business Set Aside via GPE



Delivery Date: June 6, 2023





Contract Number: HC1047-22-P0003



Contract Type: FFP



Incumbent and their size and CAGE: 8SLW7



Method of previous acquisition: Sole Source



Delivery Date: January 23, 2023



SPECIAL REQUIREMENTS:



Minimum Government requirements.




  1. The SCIF must meet or exceed ICD 705 standards.

  2. SCIF walls must meet or exceed STC 56 rating.

  3. Must meet or exceed TEMPEST standards.

  4. Panels shall be FRP 4’ Wide, Steel Exterior Shell, and Steel Reinforced.

  5. The SCIF requires IDS with keypad entry, encrypted alarm panel, and motion detector.

  6. Exterior door and frame shall be STC 52 minimum rated to match the exterior walls. The STC 52 Overly Secure Door shall require LKM10K hardware and X-10 spin dial into the secure space.

  7. Ensure the modular SCIF is within full compliance of the latest edition of ICD 705.

  8. Entire unit shall be TEMPEST shielded.

  9. Comply with UL 2050 standards.

  10. The SCIF requires a HVAC Split System with at least 12,000 BTU.

  11. Establish and set up sustained monitoring service via Megacenter.

  12. The Government requires new modular SCIF components to be compatible and interchangeable with its currently deployed suite of five modular SCIFs.



Primary Point of Contact: karoline.k.schmal.civ@mail.mil



Secondary Point of Contract: robin.n.schuster.civ@mail.mil




Attachments/Links
Contact Information
Contracting Office Address
  • DITCO-NCR PO BOX 549
  • FORT MEADE , MD 20755-0549
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 24, 2023 10:54 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >