Washington, DC Bids > Bid Detail

Physical Security Modification

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159876778429098
Posted Date: Sep 6, 2023
Due Date: Sep 11, 2023
Solicitation No: N0003023R4401
Source: https://sam.gov/opp/6be4a7889c...
Follow
Physical Security Modification
Active
Contract Opportunity
Notice ID
N0003023R4401
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 06, 2023 01:34 pm EDT
  • Original Published Date: Sep 01, 2023 10:17 am EDT
  • Updated Response Date: Sep 11, 2023 04:00 pm EDT
  • Original Response Date: Sep 06, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 26, 2023
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA
Description View Changes

Suite 2700 Renovation and Building 200 Lockdown Effort





A. DISCLAIMER



THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





B. INTRODUCTION



SOURCES SOUGHT NOTICE



IAW PGI 206.302-1, Strategic Systems Programs (SSP) is currently conducting market research to identify any other potential and eligible vendors capable of fulfilling the requirements described in paragraph C below. NOTE: The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL.





C. REQUIREMENT





Strategic Systems Programs (SSP) requires the contractor to perform physical security modifications to a 3,408 square foot office space with multiple private offices in accordance with Intelligence Community Directive (ICD) 705’s Technical Specifications as well as modifications to stairwells and elevators to enable securing multiple floors of building 200 at the Washington Navy Yard (WNY) DC.





In support of these efforts, the Contractor shall:




  • Abide by SSP security policy.

  • Work only under SSP supervision.

  • Develop and install a standalone Lenel OnGuard access control system in accordance with strict handling requirements.

  • Modify walls, floors and ceilings to meet acoustic and security requirements in accordance with Navy, DoD, and Intelligence Community policy.

  • Perform electrical work and run data cabling.

  • Install specific security hardware that is compatible with SSP’s access control equipment.









D. RESPONSE DEADLINE





Interested sources shall submit a brief capability package by 11 September 2023 (5 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact, 3) Email Address, 4) Phone Number, 5) specifics addressing the tasking listed above and the company's capability, 6) specifics addressing existing subject matter expertise and capability to perform this requirement, 7) related past performance and 8) general corporate information. Must be a U.S. company employing U.S. citizens and U.S. persons employing or subcontract for individuals with Lenel Certifications.





Responders shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary.





Electronic responses are acceptable. Email electronic responses to Tasha Womack (email: tasha.womack@ssp.navy.mil) and Ryan Lockard (email: ryan.lockard@ssp.navy.mil) with "Sources Sought" in the subject line of the Email.





Contracting Office Address: SPN, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127





Place of Performance: SSP expects contract performance will occur primarily at 1250 10th Street S.E. Washington Navy Yard, 20374-5127 Building 200.


Attachments/Links
Contact Information
Contracting Office Address
  • 1250 10TH STREET SE SUITE 3600
  • WASHINGTON NAVY YARD , DC 20374-5127
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >