Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

October 23, 2023

October 10, 2024

September 26, 2028

Multiple Locations

Service, Maintenance and Supply

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

Multiple Locations, Fort Sill, OK

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

Amendment 01 The purpose of this amendment is to extend the closing date to 12 October 2023 at 2:00 p.m. In addition, updates have been made to Technical Exhibit A , Attachment 1 - Performance Work Statement_ICIDS and the Bid Schedule. Attachment 4 - ICIDS Questions Answers 01 has been included to provide answ ers to Contractor Questions. See Summary of Changes f or details. All other terms and conditions remain the same. Non-Personal Services - Integrated Commercial Intrusion Detection System (ICIDS) Maintenance The Mission and Installation Contracting Command (MICC) Fort Sill, has a requirement for ICIDS maintenance contract. The Contractor shall provide all necessary personnel, management, equipment, tools, materials, supervision, and other items and services, not identified as Government-Furnished, necessary to perform the installation, maintenance, adjustment, surveying, removal, repair, and replacement services, and provide systems administration (SA) for the Intrusion Detections Systems (IDS) at Fort Sill, Oklahoma. Fort Sill currently has 430 + zones on the installation. These zones include headquarters buildings, firearm warehouses, document storage buildings, Sensitive Compartmental Information Facilities (SCIF), ammunition bunkers, in addition to several other type zones. The contractor should anticipate performing maintenance and monitoring on all zones, due to projected growth over the duration of this contract. This Non-Personal Services Contract will encompass the following security systems: Intrusion Detection System (IDS)/Integrated Commercial Intrusion Detection System (ICIDS). The Contractor shall ensure the IDS remain in maximum operational status. The Contractor shall also conduct 24/7 alarm monitoring of IDS. North American Industrial Classification System (NAICS) Code 561621 is applicable to this acquisition. The applicable size standard is $25 million. The Government will be limiting competition to eligible 8(a) participants under a Request for Proposal (RFP). Evaluation of offers will be in accordance with Lowest Price Technically Acceptance (LPTA) procedures. A Firm Fixed Price (FFP) contract is anticipated. Services shall be procured in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items and 13.5, Simplified Procedures for Certain Commercial Items to the maximum extent possible. Expected award shall consist of one base period of performance (1 January 2024 - 30 September) and four one-year option periods of performance (1 October 2024 - 15 September 2028). There is no guarantee that any option period of performance will be exercised. The solicitation date of issue is on 30 August 2023. All responsible sources may submit a proposal which, if timely received, will be considered. All proposals must be submitted by 29 Septem12 October 2023, 2:00pm CST. See solicitation for instructions. Pursuant to FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Contractors may obtain further information on SAM registration at the following website: https://sam.gov/. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any proposal preparation costs. The entire solicitation package will be made available on www.sam.gov website. Request for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the sam.gov website for release of the solicitation package or subsequent solicitation amendments. Any questions may be directed to Deidra Hicks (Contracting Officer) at deidra.l.hicks.civ@army.mil and Brandi O'Daniel (Contract Specialist) at brandi.l.odaniel.civ@army.mil. Persons attending the site visit should be at Mission and Installation Contracting Command (MICC), Building 1803 Macomb Road, Fort Sill, OK no later than 8:45 a.m. CST on 7 September 2023. Due to the limited space available, each contractor should limit the number of their representatives attending to two (2) persons. Written notification of attendance shall be received by the Government not later than 6 September 2023, @ 2:00 p.m. to the POCs (KO and CS) identified above.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.