MCC Key Watcher Management System
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: Oct 26, 2022 02:28 pm CDT
- Original Response Date: Nov 08, 2022 01:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance: Fort Leavenworth , KS 66027USA
Description
INTRODUCTION
The MICC-Fort Leavenworth, KS is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the Electronic Key Management System, (Quantity 2) for the Military Correctional Complex at Fort Leavenworth, KS.
Salient Characteristics
Wall mounted
144 key locations (slots)
Smart key will be affixed to the key ring to “plug” into key slot
Must accommodate Folger Adam style correctional keys
System must record/ track the person who removed/ return key
System must allow only the person removing the key to return key
System MUST be incased in a steel secure/ locked container
Access to the container will require a pin number or some other access control, which identify the person removing/ returning the key.
System will be for keys only, no requirement for additional items, i.e. cell phones, weapons, wallets, etc.
System must have a complete audit trail with reports showing user and key activity
A minimum of 10 extra/ replacement smart keys will be provided
Installation at two separate facilities is needed (approx. 1 mile apart in distance)
On-site training to staff is required
Cannot guarantee “a minimum signal strength to wake system”. Need to be able to manually “wake” system.
Maintenance plan is required to fix system when broken, which will include sending a service technician to USDB and JRCF on Ft Leavenworth.
The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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.
ELIGIBILITY
The applicable NAICS code for this requirement is (561621) with a Small Business Size Standard of ($22.0). The Product Service Code (PSC) is (N063).
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Roberto Yroz, in either Microsoft Word or Portable Document Format (PDF), via email roberto.c.yroz.civ@army.mil no later than 1:00 p.m. (CDT) on 08 Nov 2022 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
(NOTE: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.)
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.
Attachments/Links
Contact Information
Contracting Office Address
- 535 KEARNY AVENUE BLDG 338
- FORT LEAVENWORTH , KS 66027-0000
- USA
Primary Point of Contact
- Roberto Yroz
- roberto.c.yroz.civ@army.mil
- Phone Number 9136841628
Secondary Point of Contact
- Larissa Brown
- larissa.a.brown2.civ@army.mil
- Phone Number 9136841622
- Fax Number 9136841610
History
- Dec 09, 2022 01:03 pm CSTSolicitation (Original)
- Nov 23, 2022 10:56 pm CSTSources Sought (Original)