Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2006 FBO #1507
SOURCES SOUGHT

M -- Operation of Government Owned facilities

Notice Date
1/9/2006
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677
 
ZIP Code
92677
 
Solicitation Number
DRO-PR
 
Response Due
1/18/2006
 
Description
SOURCES SOUGHT Immigration and Customs Enforcement (ICE), Office of Acquisition Management, is conducting a Sources Sought Synopsis for information purposes only. This is not a solicitation announcement and this notice does not constitute any commitment by the Government. The purpose of this Sources Sought Synopsis is to gain knowledge of potential qualified sources. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition decisions. The Office of Acquisition Management has a future requirement to operate a Government owned/contractor operated (GOCO) facility at the Aguadilla Service Processing Center and to provide detention services at the San Juan GSA Building and Luis Munoz Marin International Airport (LMMIA). The contractor will be required to furnish all personnel, management, equipment, supplies and services necessary for performance of all aspects of the contract requirement. The services for the Aguadilla Service Processing Center include detention, meals, grounds, janitorial and facilities maintenance services. The San Juan & Luis Munoz Marin International Airport requirement includes detention services and meals. The North American Industry Classification System (NAICS) Code is 561612 (Size Standard: $11.4 million). The Government contemplates awarding a firm-fixed full range of requirements contract resulting from a future solicitation. The proposed contract periods shall consist of one 12-month base period and four 12-month option periods. ICE is interested in responses from all business concerns to determine if there is experience and capability to meet the requirements. Interested parties shall respond with specific experience, qualifications, past performance and any other information, which shows the contractor?s ability to perform these requirements. DOCUMENTATION OF EXPERIENCE, QUALIFICATIONS, AND PAST PERFORMANCE GUARDING BUILDINGS OR PROVIDING SECURITY THAT DOES NOT INCLUDE DETENTION OF DETAINEES DOES NOT FULFILL THIS REQUIREMENT. In addition, interested parties must provide the following information: (1) contract references relevant to the requirement, detailing the contractor ability to provide detention services and operate and management a detention facility. Include the contract number, agency, period of performance, contract value, point of contact with a current telephone number, and (2) contractor company name and address, business size, and small business designation. Responses are due no later than January 18, 2006. Electronic responses are preferred. Any information received in response to this sources sought announcement is voluntary and becomes the property of the U.S. Government upon receipt. The respondents will not be notified of the results of information gathered in response to this announcement. The Government will not pay for information requested or compensate any respondent for any cost incurred in developing information provided to the Government. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through the GSA Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure receipt of the most up-to-date information regarding this future acquisition. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. Any questions regarding this announcement should be directed to Linda Holder at 949-360-3180 or Linda.Holder@dhs.gov.
 
Record
SN00963176-W 20060111/060109211522 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.