Skip to main content

An official website of the United States government

You have 2 new alerts

Intrusion Detection System (IDS) Maintenance and Repair Services

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 (Updated)
  • Updated Published Date: Oct 24, 2023 06:50 am EDT
  • Original Published Date: Oct 19, 2023 03:20 pm EDT
  • Updated Response Date: Oct 31, 2023 02:00 pm EDT
  • Original Response Date: Oct 31, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 15, 2023
  • Original Inactive Date: Nov 15, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Virginia Beach , VA 23461
    USA

Description

This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk’s intent with this announcement is to identify qualified and experienced sources for a contract vehicle that will provide support services to INFORMATION WARFARE TRAINING COMMAND (IWTC), for Intrusion Detection System (IDS) Maintenance and repair support services, as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for quotes and a contract will not be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.

Place of Performance (Site Location): Information Warfare Training Command Virginia Beach, Dam Neck Annex, Virginia Beach, VA 23461

Anticipated NAICS Code:  The NAICS Code for this requirement is 561621 – Security Systems Services, with the Small Business size standard of $25.0M. Respondents should provide their business size in the identified NAICS code.

Period of Performance: The period of performance shall be for one (1) base year of 12-months and four (4) 12-month option years, inclusive of the FAR 52.217-8 six (6) month extension.

Base Year:         1 April 2024 – 31 March 2025

Option Year 1:   1 April 2025 – 31 March 2026

Option Year 2:   1 April 2026 – 31 March 2027

Option Year 3:   1 April 2027 – 31 March 2028

Option Year 4:   1 April 2028 – 31 March 2029

FAR 52.217-8:   1 April 2029 – 1 October 2029

Reponses to this Sources Sought request should reference IDS2024 and shall include the following information in this format:

1. Company name, address, point of contact name, phone number, fax number and email address.

2. Contractor and Government Entity (CAGE) Code.

3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.

4. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs.

5. If services can be solicited from a GSA and SeaPort-NxG contract vehicle, provide the applicable contract number.

6. *****A copy of Defense Security Service verification or letter from the contractor’s Corporate Officer certifying it possesses a current SECRET Facilities Clearance.*****

7. Capability statement displaying the contractor’s ability to provide the services, need 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 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.

8. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.

If it is determined that a small business set-aside is appropriate and your company anticipates submitting a quote as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

9. Include any other supporting documentation.

10. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size.

Responses shall be emailed to Fabiola Ortiz at fabiola.a.ortiz.civ@us.navy.mil by 10AM EST on Thursday 31 October 2023. Again, this is not a Request for Quote. Respondents will not be notified of the results.

Attachments:

Attachment I – Draft Performance Work Statement

NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a quote. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

Contact Information

Contracting Office Address

  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA

Primary Point of Contact

Secondary Point of Contact





History