This is a Sources Sought issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville (FLCJ). FLCJ has a pending requirement to obtain contractor services from a Lenel Certified Expert and who is an OnGuard Authorized Value Added Reseller (VAR) by Lenel to provide sustainment of technical refreshment, program management, license maintenance, hardware devices, equipment, materials, training, programming, testing, system installation/removal, connection, and all affiliated services associated with the NAVSUP FLCJ regional electronic security system. This request to Lenel VAR’s is for a single performance-based firm fixed price (FFP) type contract for 12-months and one (1) 12-month option period.This contract vehicle will allow FLCJ to obtain contractor support services for FLCJ and its various regional sites.
The North American Industrial Classification System (NAICS) code for this acquisition is 561621 and the small business size standard is $25million. This opportunity may be open to both small and large business alike. Lenel VAR firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft specification/requirement sheet is requested. Comments will be considered, although any questions/comments/ideas will not be responded to directly.
The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, or leverage industry expertise, as well as any other ideas that could result in an improved service and product, warranty or maintenance schedule.
The submission should include the following information and reference N68836LENELS2:
1. Company name, address, and point of contact with corresponding phone number and e-mail address.
2. DUNS number, Cage Code, business size and classification, NAICS Code for this Supply Requirement.
3. Capability statement displaying the contractor’s ability to provide the services/supplies to include past performance information.
If past performance information is provided, please include only relevant past performance on the
same/similar work within the last three (3) years.
This relevant past performance information
should identify the applicable contract number; total contract dollar amount; capacity performed;
contract period of performance; description of the relevant supplies/services provided AND the relevancy of the supplies/services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references).
4. Attached to this Sources Sought is the draft Performance Work Statement (PWS) document and a list of the common consumable equipment items.
In responding to this Sources Sought, if possible, please provide the following market research information to the request below with detailed descriptions and market research pricing (GSA and Open Market Pricing) for labor rate services for preventative maintenance, emergency and non-emergency services, program support and new work services and prices for consumable items identified in the attachments for market research purposes.
Please indicate next to each request if the item or service is not under your GSA Schedule.
Please provide your responses in a Word Document attachment and send to Kenneth Brown at kenneth.b.brown24.civ@us.navy.mil referencing N68836LENELS2. The market research requests are the
following:
a) Please provide if your company can provide the services and common consumable items? If not, please explain.
b) Standard brochures and/or paraphrasing of this notice will not be considered sufficient to
demonstrate the capabilities of an interested party.
c) Please provide industry (not proprietary) best practices that may be needed to be included in the PWS Section? Please reference which section it applies to in the PWS?
d) Please describe in a sentence or two how close your company is in miles and minutes to the FLC Jacksonville at NAS Jacksonville.
e) Please describe how your company will provide proof of being a Lenel VAR.
The government will consider and analyze all information received; formal responses will not be
furnished; however the information may be utilized in the development of a final Performance Work
Statement (PWS) and/or Request for Quotes (RFQ). This Sources Sought does not constitute a RFQ, nor does this issuance restrict the Government’s acquisition approach. Responses should be submitted to kenneth.b.brown24.civ@us.navy.mil. Responses should be submitted no later than 4:00 P.M.(EST) on 25 July 2024.