Vermont Bids > Bid Detail

Security Maintenance Repair

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159831001526932
Posted Date: Jan 12, 2023
Due Date: Jan 20, 2023
Solicitation No: 70SBUR23I00000007
Source: https://sam.gov/opp/16ad70852c...
Follow
Security Maintenance Repair
Active
Contract Opportunity
Notice ID
70SBUR23I00000007
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US CITIZENSHIP AND IMMIGRATION SERVICES
Office
USCIS CONTRACTING OFFICE(ERBUR)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 12, 2023 03:14 pm EST
  • Original Published Date: Dec 15, 2022 01:41 pm EST
  • Updated Response Date: Jan 20, 2023 12:00 pm EST
  • Original Response Date: Jan 13, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    South Burlington , VT 05403
    USA
Description View Changes

Request for Information (RFI)



Department of Homeland Security (DHS)

US Citizenship and Immigration Services (USCIS)

Office of Security and Integrity (OSI)



Security Maintenance Repair (SMR)





General Information

Document Type: Request for Information (RFI)

RFI No.: 70SBUR23I00000007



Product Service Code: J063

NAICS Codes: 811210





Synopsis





1. RFI Announcement



This RFI is issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Quotations (RFQ). The purpose of this RFI is to understand the landscape and capabilities of businesses in this market. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential respondent’s ability to respond to any future solicitation, which may or may not follow or restrict the Government’s eventual acquisition approach. Additionally, the Government will not provide reimbursement for any information submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be used for future technical and acquisition purposes.





This RFI is specifically intended to gather information on the availability of businesses, with the capability to provide:




  1. Program Management Support

    1. Provide all supervision, labor, materials, and equipment necessary to perform Security Management Repair services required to maintain USCIS Security systems at the locations. (Exhibit 1 and Exhibit 2)



  2. Security Maintenance Repair (SMR) services for approximately 150 locations throughout the United States, Guam, Hawaii, and the U.S. Virgin Islands.

  3. Tracking and Invoice System

    1. Provide a mechanism to track health and status of all USCIS security systems, subsystems, components, and equipment and provide training. It is anticipated there will be at a minimum, one resource to be training at each location.

    2. System shall be web-based, allowing access over a web interface and mobile devices, that will have capability to maintain accurate inventory, track repair status, and warranty information including but not limited to version, release, and renewal dates.

    3. The system must, at a minimum, be capable of tracking the following, but not limited to:

      1. Equipment inventory installed at each USCIS location

      2. Warranty information and management

      3. Service repair historical data

      4. Inspection certification and schedule





  4. General Repair

    1. The contractor shall perform general repairs to support the security of each facility. Routine repairs include but are not limited to:

      1. Power supply panels and included modules

      2. UPS Batteries – monitor and replace per manufacturer's recommendations and in accordance with test results.

      3. Cabling to all security devices - All cabling associated with Access Control, Intrusion Detection, and IPVSS/CCTV systems replacement and/or repair. Cable specifications as determined by the Government.






    • All security equipment must be in accordance with the most current Federal Information Processing Standard Publication (Exhibit 3) and/or other appropriate GSA schedules as determined by the Government.



  5. Operations and Maintenance services including on site, at all 150 US locations and territories, ASC locations, remote and telephonic services that must be available during operational hours of 6:00 am to 6:00 pm in each time zone.



2. Background and Objectives



The US Citizenship and Immigration Services (USCIS), Office of Security and Integrity (OSI) has a requirement for a contractor managed Security Maintenance Repair (SMR) Program for all the USCIS security systems, components, and equipment within designated USCIS facilities nationwide.



SMR is a systematic approach to maintaining a fully operational network of security systems that is compliant with Federal Information Processing Standard (FIPS) 201-2 for USCIS nationwide. Security system operability is maintained through repair actions initiated by end users.



The SMR requirement is currently under contract (47PA0321F0007) with the General Services Administration (GSA), and that agreement expires July 31, 2023.



USCIS estimates management of 150 locations throughout the United States, Guam, Hawaii, and U.S. Virgin Islands. The government reserves the right to increase or reduce the number of locations based on operational needs.



The contractor will provide a comprehensive service plan and approach to program and project management with defined guidelines for the management, operation, and maintenance of the USCIS security systems. The security system consists of various subsystems, including but not limited to:




  • Intrusion Detection System (IDS)

  • Internet Protocol Video Surveillance System (IPVSS) and Closed-Circuit TV (CCTV)

  • Access Control System (ACS)





Please address the following questions specifically in your reply:




  1. Are you capable of providing Security Maintenance Repair (SMR) services for the approximately 150 locations with in-house resources, or will there be subcontract opportunities?

    1. If subcontracting opportunities exist, please provide a high-level overview of how you would structure the contract with respect to the task areas?



  2. Looking at the tasks to be performed under this requirement, what labor mix would you propose and why?

  3. Can you please provide the names of any manufacturers you have partnerships with, or who are you Valued Added Resellers of with respect to security maintenance services?

  4. Please include a description of your company’s ability to provide SMR services between 6:00am and 6:00 pm (local time at each site), and your company’s response time.

    1. Priority 1

      1. Replace, repair, troubleshoot or attempt on-site repair of the equipment within 24 hours of creating a service ticket:

        1. All Intrusion Alarm Equipment and Alarm Points

        2. All locksets on doors that are alarmed



      2. Priority 2

        1. Replace, repair, troubleshoot or attempt on-site repair of the equipment within 72 hours of creating a service ticket:

          1. Cameras – Interior and Exterior

          2. Camera Enclosures and Supporting Hardware

          3. Network Video Recorders (NVRs/DVRs) and Supporting Hardware and Software

          4. Joystick Controllers

          5. All access control system components software and hardware

          6. Door Airphones

          7. Cabling to all security devices

          8. Turnstiles

          9. Security Computer

          10. Security Screen Monitors





      3. Priority 3

        1. Tracking purposes only, physical response or deployment to a site may not be required.

          1. Warranty Work

          2. Software Updates








      • Include previous experiences of work with a similar scope (these do not have to be government projects or contracts).





  5. This requirement is expected to a be a two-phase process with down select, and oral presentations. Given the requirements provided, and the estimated value of $10M to $20M, what do you consider a reasonable time to prepare a response?

  6. The government is considering the inclusion of locks and safes as part of this effort. The contractor would be expected to maintain a five-year schedule for all National Security Information (NSI) locks and safes, where every five years, each safe goes through maintenance and inspection.

    • Does that make sense to include as part of this requirement? If not, how would industry recommend it be procured?



  7. The government is considering the inclusion of Occupational Safety and Health Maintenance and Repair (OSH MR) as part of this effort. The contractor would be responsible for typical OSH discrepancies. Examples include, but are not limited to

    1. Signage

    2. Delayed Egress

    3. Low Voltage






  • Does that make sense to include as part of this requirement? If not, how would industry recommend it be procured?



3. Industry Responses



Responses to this Request for Information should demonstrate the company’s capability to deliver the requested services. 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. Responses should outline the vendor’s experience with requirements with similar type or scope to the USCIS’ requirement; please include information on the largest contract the company has supported for the acquisition of this type of services.





The purpose of this RFI is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of providing the hardware and services described in the above.





4. Response Instructions





Interested parties should provide the following information:






  1. Vendor Profile – Please provide the following information:

    1. Company Name;

    2. Indicate if you are a small or large business, and your socioeconomic category and size of company (number of personnel and annual revenue; keeping in mind the NAICS code for this requirement is 811210);

    3. Any current contract vehicles (ex: CIO-SP3, GSA, DHS SSV). If you are a GSA Contract Holder, please include the SIN; and

    4. Name of contact person responsible for this RFI, including telephone number and email address.



  2. Interested parties are requested to respond to the items in Section 2 and 3. Responses shall be submitted in MS Word and Adobe PDF format via e-mail to the Contract Specialist and Contracting Officer provided in Section 5 – Submission of Responses and Questions, no later than January 20, 2023 at 12pm Eastern. USCIS requests that your response be no more than five (5) pages in length and consist of a cover page, table of contents, and the response. Note that the five-page count does not include the cover page or table of contents. Proprietary information, if any, should be minimized and must be clearly marked. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.





Reminder: This RFI is for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals, or Request for Quotations.









5. Submission of Responses and Questions





Responses and questions regarding the content of this RFI shall be submitted via email to:






  • Contract Specialist

    • Waynette A (Way) Goodman - waynette.a.goodman@uscis.dhs.gov



  • Contracting Officer

    • Andrew R. Fonda - andrew.r.fonda@uscis.dhs.gov






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 70 KIMBALL AVENUE
  • SOUTH BURLINGTON , VT 05403
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >