C-CURE 9000 Security Equipment Maintenance, Repair, and or Replacement

Agency:
State: California
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159608488596563
Posted Date: Dec 19, 2023
Due Date: Jan 7, 2024
Source: Members Only
Follow
C-CURE 9000 Security Equipment Maintenance, Repair, and or Replacement
Active
Contract Opportunity
Notice ID
191BWC24R0004
Related Notice
Department/Ind. Agency
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
Sub-tier
INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO
Office
INTERNAT BOUNDARY AND WATER COMM
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 19, 2023 02:20 pm MST
  • Original Response Date: Jan 07, 2024 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 22, 2024
  • 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:
    San Diego , CA 92154
    USA
Description

Notice ID 191BWC24R0004



This requirement is being procured as full and open competition.



This is a Pre-solicitation Notice. The Solicitation will include information on submitting proposals. All responsible sources may submit a proposal which will be considered by the agency. This is not an invitation for bid or Request for Proposal. Please do not submit a bid or proposal in response to this Pre-solicitation Notice.



The United States Section of the International Boundary and Water Commission (USIBWC), South Bay International Wastewater Treatment Plant (SBIWTP), requires a service agreement for the maintenance and repair of the access control, physical duress buttons, and closed-circuit TV camera systems to support the RO s mission and ensure the safety of our personnel and security of our facility. Contractor is to provide service/maintenance and emergency repair for all equipment needed for controlling physical access, video monitoring of the facility, and employee duress systems, located at the South Bay International Wastewater Treatment Plant, 2995 Clear Water Way, San Diego, CA 92154.



The contemplated award will include a one (1) year base plus four one-year options. Solicitation, plans, and specifications are expected to be posted on or about January 8, 2024, if not sooner (this is a target date which may slip or change; if the solicitation is not posted on SAM.gov by January 8, 2024, that is because the solicitation is not available for posting). The solicitation will be available for a minimum of thirty (30) calendar days.



Description:



This is a pre-solicitation notice vendors should use for preliminary planning purposes. No proposals are being requested or accepted with this document. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THE DOCUMENT. The purpose of this notice is to provide knowledge to potential qualified sources.



This pre-solicitation notice is issued by the government to make appropriate acquisition notification.



The International Boundary and Water Commission seeks to initiate a service agreement for the maintenance and repair of the access control, physical duress buttons, and closed-circuit TV camera systems to support the RO s mission and ensure the safety of our personnel and security of our facility. The USIBWC anticipates a Firm Fixed Price (FFP), Single Award Contract(s) resulting from the future solicitation.



The security system consisting of Physical Access Control System (PACS), Closed Circuit Television System (CCTV), Intrusion Detection System (IDS), Physical Access Control (PACS) and perimeter sensors, barriers (active and passive), gates, and Security Management Systems (SMS), specifically, the CCURE 9000 installed at the SBIWTP facility. NOTE: Contractor must be C-Cure certified for the designated region or approved federal requirements and provide certification letter at the time of solicitation, along with signed certification they can meet the Limitations of Subcontracting requirements.



SCOPE OF WORK The scope of services includes but not limited to annual inspections, routine and preventive maintenance of all PACS, IDS, CCTV, vehicle barriers, perimeter sensors, and SMS equipment and components to include but not limited to doors, door frames, electronic and mechanical locks, hinges, wiring, card readers, control panels, cameras, fiber optics, motion sensors, etc.; designated system administrative functions; and 2 software installation to include maintaining current updates to the current software system (C•CURE 9000). The current PACS include but are not limited to the dedicated computer network domain for security, Automated Access Control System (Software House Security Management System).



The service agreement (SA) will provide for full repair or replacement, to include labor costs, of the Covered Components that will be provided. The Contractor shall be responsible for performing an annual maintenance inspection to identify repair work required to maintain the PACS, IDS, CCTV, perimeter sensors and components, vehicle barrier system(s), and SMS in the condition prescribed by the original equipment manufacturers recommended guidelines and/or warranty requirements where the warranty remains in force. This includes installing C•CURE 9000 and Avigilon software updates, firmware, patches, fixes, etc. The Contractor shall work closely with the COR to address various maintenance issues. If during the annual inspection a minor component is noted to be defective, Contractor shall identify the component and provide a cost to replace/repair that component (equipment cost only) during the PMI at no cost to the Government. In the event of a major component failure during the inspection, Contractor shall provide a cost to replace/repair the component, to include labor and other direct costs associated with the repair. Contractor shall replace defective components with in-kind and compatible components of the existing system/equipment if authorized by the CO or their designated representative.



The Contractor shall be available to respond to service calls 24 hours a day 7 days a week.



The applicable NAICS code for this procurement is 561621 Security Systems Services.



Site Visit: A site visit will take place at the SBIWTP on a date to be determined in the near future. This is an optional site visit and Contractor assumes all costs associated. Please email names of attendees, company name and contact information to Aaron Haynes at aaron.haynes@ibwc.gov. Vendors must check in with a valid ID at the administration building and let them know they are attending a site visit/walk through. A Government POC will escort you from that area.


Attachments/Links
Contact Information
Contracting Office Address
  • 4191 N. Mesa
  • El Paso , TX 79902
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 19, 2023 02:20 pm MSTPresolicitation (Original)

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 >