Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2006 FBO #1570
SOURCES SOUGHT

R -- Request for Information/Sources Sought Notice for the Department of Energy – Office Security and Safety Performance Assurance (SSA) for Technical and Administrative Services

Notice Date
3/13/2006
 
Notice Type
Sources Sought
 
Contracting Office
1000 Independence Ave. SW, Washington, DC 20585
 
ZIP Code
20585
 
Solicitation Number
DE-RI01-06SA06006
 
Response Due
3/28/2006
 
Archive Date
9/28/2006
 
Point of Contact
John Harris, Contracting Officer, 202-287-1471, john.harris@hq.doe.gov;Donna Williams, Contract Specialist, 202-287-1572, donna.williams@hq.doe.gov
 
E-Mail Address
Donna Williams, Contract Specialist
(donna.williams@hq.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy (DOE), Office of Security and Safety Performance Assurance (SSA), is seeking qualified small business sources (including small business led teams or joint ventures) that qualify under NAICS Code 541690 (Other Scientific and Technical Consulting Services), and that can provide technical and administrative services in support of SSA. The work will be performed at DOE Headquarters (Forrestal Building, Germantown Building, and other DOE sites in the Washington, D.C. area) for SSA. The Office of Security and Safety Performance Assurance (SSA) is responsible for the development, promulgation, and evaluation of security programs. SSA develops and assists in the implementation of strategies, policies, and technology pertaining to the protection of national security and other critical assets entrusted to DOE. As such, the work performed under this contract will provide support to SSA in the following areas; personnel security, assessment and integration, field assistance for safeguards and security programs, international safeguards and physical protection, material control and accountability, planning and technology development, technical and operations security, security analysis, and general administrative support. This announcement is part of market research and responses are sought to identify sources that have the comprehensive knowledge, skills, and capability to meet the overall requirement as described in the DRAFT Performance Work Statement (PWS), DRAFT Position Descriptions (PD’s), and Historical Labor Mix contained herein. In addition, comments are requested on the DRAFT PWS, DRAFT PD’s, and Historical Labor Mix. The majority of contractor personnel will be required to have either a “Q” or “L” clearance at the time of contract award, or be capable of receiving a clearance within a reasonable time period after award. A current Department of Defense (DOD) Top Secret or other clearance based upon a Single Scope Background Investigation (SSBI) is acceptable if the background investigation is less than 5 years old. The Government funding for this effort over the past several years has averaged $5-$6 million per year. Interested small business sources, including small business-led teams and joint ventures that qualify under the above listed NAICS Code as a small business, are hereby invited to submit a capability statement of no more than five (5) pages to demonstrate their technical, managerial and business capability to provide the requested services. In addition, interested small business sources are invited to submit any comments, questions, or suggestions they may have with respect to the DRAFT PWS, DRAFT PD’s, and Historical Labor Mix. Additionally, interested sources may submit comments/suggestions for the evaluation criteria to be utilized in the forthcoming solicitation, methods of reducing the costs of proposal preparation, or procurement process streamlining strategies. These comments, questions, and suggestions should be submitted separate from the capability statement. All feedback will be taken into consideration, however the agency reserves the right to utilize the comments or any other information provided as submitted or not at all. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. The DRAFT PWS, DRAFT PD’s, and Historical Labor Mix is available to download from this site, which is the official point of notification to the public. Small businesses responding to this market survey must submit their responses via the DOE IIPS at http://e-center.doe.gov no later than 4:00 P.M. Eastern Time, March 28, 2006. Interested parties must register via the IIPS web site prior to responding to this market survey. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips_helpdesk@e-center.doe.gov. All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. QUESTIONS REGARDING THIS MARKET SURVEY SHOULD BE SENT VIA DOE IIPS. This notice is NOT A REQUEST FOR PROPOSALS and in no way obligates the Government to award any contract. DOE will not be responsible for any costs incurred by responding to this Notice. NO SOLICITATION EXISTS AT THIS TIME. It is also the responsibility of the respondent to monitor this site for the release of any additional information, amendments to this notice, solicitation, or other related documents. To assist in this process, it is suggested after interested parties have registered on IIPS to click-on the button entitled, “Join Mailing List” and fill-out the required information to receive automated notifications. **PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED procurement sensitive. Information which the Contractor considers “Bid and Proposal Information” or “Proprietary Information” pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)]. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for further details regarding this notice.
(http://www.fbo.gov/spg/DOE/PAM/HQ/DE-RI01-06SA06006/listing.html)
 
Record
SN01005408-F 20060315/060313212113 (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.