Description
Installation and Maintenance of Electronic Security Systems INTRODUCTION This Sources Sought Notice is in accordance with PGI 206.302-1(d), “when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information of a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303.” The Naval Air Station, Patuxent River, MD, announces its intention to procure the maintenance and installation of Intrusion Detection, Fire Alarm Communication, Card Access and Closed Circuit Television (CCTV) systems to provide support for approximately 300 locations on the Naval Air Station, Patuxent River Complex, Webster Field and Solomons Annexes. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. This is for the Installation and Maintenance of Electronic Security Systems on the Naval Air Station Patuxent River Complex, Patuxent River, MD, Webster Field Annex, St. Inigoes, MD, and Naval Recreation Center Solomons Annex, Solomons, MD. This is a follow-on requirement. The current contract information can be found in paragraph 3b below. This is not subject to bundling or consolidation. 3. The following documents are attached to this Sources Sought Notice: Draft Performance Work Statement (PWS) 4.The following dates are anticipated time frames associated with this requirement: Estimated Draft RFP Release: 08 MAY 2026 Estimated Final RFP Release: 15 MAY 2026 Estimated Award Date: 30 SEP 2026 Period of Performance/Ordering Period: 30 SEP 2026 10 OCT 2031. 5. Primary Work Location/Place of Performance: Multiple locations across Naval Air Station, Patuxent River Complex, Webster Field and Solomons Annexes. ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE 6. The Government is anticipating this follow-on contract to be a Single Award IDIQ contract with Firm Fixed Price CLINs for Labor and Material. 7. The incumbent contract information is as follows: Incumbent Contractor: Johnson Controls Building Automation Systems (JCI) Contract Number: N0042122D0099 Contract End Date: 31 AUG 2027 Contract Type: Firm Fixed Price Previous Set-Aside Designation: Other than Full and Open 8. Program Background: JCI is the sole developer and manufacturer of the existing system. JCI equipment and maintenance service capabilities meet the stringent requirements of the Defense Intelligence Agency Manual (DIAM) ICD/ICS 705. The computerized monitoring equipment utilized by the Department of Public Safety was developed by JCI at their own expense, and they have retained the data rights as proprietary. The Government has no rights to the design of the equipment or components making up this system. SPECIAL REQUIREMENTS AND REQUIRED CA…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)