Modular or Containerized SCIF ARSOUTH Cooperative Security Location (CSL)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Feb 08, 2024 02:44 pm CST
- Original Response Date: Feb 23, 2024 04:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 09, 2024
- Initiative:
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm Fixed Price Contract to Provide SCIF solution that is deployable to an OCONUS CSL.
This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor’s responsibility to monitor the Government Point of Entry for the release of any solicitation.
This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement.
The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Large Business, Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 332311, the size standard for which is a concern, including its affiliates whose number of employees does not exceed 750 for the past three (3) years.
Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions.
RESPONSE INSTRUCTIONS
Responses are requested with the following information:
1. Contractor’s name, address, points of contact with telephone numbers and e-mail addresses.
2. Business size/classification (to include any designations such as Large Business, Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on first page of submission.
3. Contractor shall identify the percentage of products and services provided in the commercial marketplace and the percentage of products and services provided to government agencies.
4. Documentation should be submitted with the following considerations:
i. Describe your capability and experience to provide Modular or containerized SCIF.
- Minimum requirements for the SCIF are as follows
- A schematic floor plan.
- Workstation assumptions:
- Minimum of six (6) workstations w/4 monitors each minimum.
- Four (4) Shielded Cat 6 network drops Per Workstation
- 2-4 Secret Cleared VOIP Phone systems.
- IDS / ACS: Power and Pathway Turnkey operation view sent to guard station in collateral area, alerts should be also sent to three (3) pagers or locations OIC, NCOIC, and SOUTHCOM duty desk.
- CCTV: Power and Pathway - Turnkey operation view sent to guard station in collateral area.
- Cooling: 2-6 tons, may require more…
- Delivery (OCONUS): OCONUS vendor is responsible maintaining SCIF accreditation until turned over to user group.
- Four (4) Floor mounted server rack separated by at least 3’ each.
- Able to support 4 networks (sipr, nipr, dia/nsa, other)
- Space for three (3) GSA S/TS approved storage containers (file cabinets)
- Can the contractor provide and install fencing.
ii. Describe of shipping options for delivery OCONUS
- Is OCONUS Site preparation available?
- Is OCONUS Installation Support Available?
The above requested information shall not exceed a total of five (5) pages in 8.5" x 11" format (Times New Roman, 12 point, single-spaced, 1” margins). Please do not provide standard marketing brochures or catalogs. Responses will be evaluated based on demonstrated functional capability.
Responses are due no later than 23 February 2024, 4:00 p.m. CDT. Responses received after this date and time may not be reviewed.
Responses shall be submitted via email to Mr. Ben Neely, Contracting Officer, at benjamin.m.neely@usace.army.mil. In the subject line of your email state: Modular or Containerized SCIF ARSOUTH CSL. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
Attachments/Links
Contact Information
Primary Point of Contact
- Benjamin Neely
- benjamin.m.neely@usace.army.mil
- Phone Number 2516903253