SOURCES SOUGHT
R -- SOURCES SOUGHT FOR SECURITY GUARD SUPPORT
- Notice Date
- 5/13/2004
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
- ZIP Code
- 20229
- Solicitation Number
- Reference-Number-CBP-RFI-01
- Response Due
- 6/4/2004
- Archive Date
- 6/19/2004
- Point of Contact
- William Stevens, Contracting Officer, Phone 202/344-1259, Fax 202/344-1812, - Thomas Thompson, Chief of Mission Support/Contracting Officer, Phone (202) 344-1273, Fax (202) 344-1254,
- E-Mail Address
-
william.m.stevens@customs.treas.gov, thomas.l.thompson@dhs.gov
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) AND NOT A REQUEST FOR PROPOSAL (RFP). The Bureau of Customs and Border Protection (CPB) the Department of Homeland Security is seeking industry interest and information on a requirement for security guard support services from an 8a small business contractor at multiple locations throughout the Washington, D.C. metropolitan area. CBP is intent on awarding a contract in the future if there are contractor?s that can satisfy all of the general requirements stated below: 1 ? Provide Security Services in accordance with the requirements of this contract for the Customs National Data Center Complex (NDC), Boston Blvd, Springfield, VA: Fullerton Warehouse, 2215F Fullerton Road, Springfield VA: Kingstowne Facility, 5917 Kingstowne Village Parkway, Springfield VA; Lorton Facility, 1072N Richmond Highway, Woodbridge, VA; Terminal Warehouse, 8532 Terminal Road, Springfield VA; Eisenhower Facility, 2850 Eisenhower Ave. Alexandria VA; Tyson?s Facility, 8020 Towers Cresent Drive, Vienna, VA; Reston Facility, 11107 Sunset Hills Road Reston, VA; Loisdale Facility 6506 Loisdale Road, Suite 201, Springfield, VA. 2 ? Provide, operate, manage, and maintain a uniformed protective security force, 24/7x365, for the physical protection of the NDC sites. The Contractor shall provide the required number of security officers and supervisors to properly perform the specific duties outlined in the Post Orders for each post. 3 ? Man the Security Operations Center and monitor all security systems, which include interior intrusion detection, entry access control, and closed circuit television surveillance. Two (2) officers will be stationed at the Security Console to monitor the security systems, 24/7X365. The Contractor will conduct tests; complete inspections; provide preventive maintenance and repairs to the security systems; and keep all equipment in optimum operating condition. 4 ? Provide all management, supervision, personnel, material, supplies and equipment and shall plan, schedule, coordinate, and assure effective performance of all services. 5 . In order to qualify for consideration, prospective vendors: ? Must be qualified 8a (NAICS 561612) ? Must recertify 8a status ? Must demonstrate commitment to ensuring security personnel have completed CBP /Treasury Background Investigations prior to assignment. ? Must be able to demonstrate successful past performance in: 6 . Providing armed security guard services at multiple locations in the National Capitol Region with a contract guard force of at least 130 Full Time security officers on a 24/7x365 basis. 7 . Providing qualified, trained replacement security personnel for emergency purposes 8 . Providing training to security force management, supervisors, and officers to appropriate levels of security industry standards as well as training and certification standards 9 . Conducting tests; complete inspections; provide preventive maintenance and repairs to the security systems 10. Ability to obtain a Bid Bond 11. Providing an automated personnel and fire arms tracking system There is no bid package or solicitation document associated with this announcement. This Sources Sought is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or the Government's use of such information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with applicable Government regulations. Sources responding to this Sources Sought should submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the requirements. Firms who wish to respond to this RFI should also include their soci-economic category 8a case number, CAGE Code, Dun & Bradstreet number, three recent past performance reports from other government agencies and the current GSA Schedule, should they possess one. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with CBP-RFI-01, and are due no later than 3:00 P.M. (EST) on June 4, 2004. Please submit four copies of your response to: Customs and Border Protection, Office of Finance, Procurement Division (Room 1310), ATTN: William Stevens, 1300 Pennsylvania Ave., NW, Washington, D.C. 20229. Questions and comments should be directed to Contracting Officer William M. Stevens (202) 344-1259, FAX (202) 344-1254 or Email: william.m.stevens@dhs.gov and to Thomas Thompson (202) 344-1273 or email thomas.l.thompson@dhs.gov. Please submit all questions by email to both points of contact.
- Place of Performance
- Address: National Capitol Region
- Record
- SN00585116-W 20040515/040513211537 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |