Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOURCES SOUGHT

R -- NATIONAL AERONAUTICS AND SPACE ADMINISTRATION ? PROTECTIVE SERVICES CONTRACT

Notice Date
3/8/2007
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
02272007
 
Response Due
3/22/2007
 
Archive Date
3/8/2008
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) intends to procure Agency-wide Protective Services. This acquisition is for the management, integration, and performance of NASA?s overall Protective Services at all NASA Centers. NASA is planning to issue a Draft Request for Proposal (DRFP) in the third quarter of FY07. The contemplated requirements may include the following: 1. Security Services: Identification Management Badging Access Control, Physical Security and Armed Uniformed Services (firearms and canines), Resource Protection, Personnel Security Services, Education and Training, Industrial Security, Security Investigations, Locksmith, Alarms, CCTV and Access Control Technicians; 2. Emergency Management: Emergency Operations Center, Incident Management, and Continuity of Operations, 911 Emergency Center Operations; 3. Fire Services: Fire Fighting, Paramedic Services, and Inspection and Engineering; 4. Export Control: Technical Transfer Reviews, Training and Awareness; and 5. Information Assurance: including auditing, forensics, certification and accreditation, and compliance reviews. Note: this contract is intended to only provide information assurance auditing and forensics for any Center that does not currently have this capability. It is contemplated that each center will negotiate Delivery Order(s) to be issued under the Agency-wide Protective Services contract to provide authorization for work to begin at each NASA Center. It is also contemplated that the work will be authorized in three (3) phase-in periods, shown as follows, but subject to change (as will be depicted in any forthcoming RFP): The 1st phase-in (starting October 2008) are for the following centers: Langley Research Center, Marshall Space Flight Center, Goddard Space Flight Center (including Goddard Institute for Space Studies), Stennis Space Center, Glenn Research Center (including Plumbrook), Johnson Space Center (including Ellington Field, Sonny Carter/Neutral Buoyancy Laboratory, and White Sands Test Facility), Kennedy Space Center, and the Independent Verification and Validation Facility (IV&V). The 2nd phase-in (starting 2009) for centers: Ames Research Center (Security) and Dryden Research Center. The 3rd phase-in (starting 2010) for centers: Jet Propulsion Laboratory (including Goldstone), NASA Headquarters, Wallops Flight Facility, and Ames Research Center (Fire Protection). NASA is seeking capabilities from all interested parties, including Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this acquisition. The Government reserves the right to consider a Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, or HUBZone business set-aside based on responses hereto. This requirement?s NAICS code is 561612 ? Security Guards and Patrol Services with a size standard of $11.5M annually. This is not a solicitation announcement. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. This sources sought synopsis is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirements. You are requested to provide your capabilities statement response (20-page maximum including attachments) via e-mail to the primary Point of Contact (POC), listed below. Your response is required not later than March 22, 2007. To facilitate a prompt review by the NASA team, a one-page summary shall be included with your capability statement(s), which shall identify your company?s specific capabilities that are relevant (and reflect the magnitude) to these requirements. You are requested to specify your interest in this acquisition as being a potential Prime contractor or Subcontractor. You are also requested to provide your company?s name, address, primary POC and telephone number, company?s average annual revenues for the past three years, total number of employees, and your Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, HUBZone, business, or Historically Black Colleges and Universities) on the summary page. The summary page will not count against the maximum page limit. It is insufficient to provide only general brochures or generic information. NOTICE: Copies of your capability statement(s) should not contain company-sensitive information. NASA is also interested in contractor feedback related to suggestions for contract type and subcontracting opportunities, given the possibility that the total requirements may be competed on an unrestricted basis. This feedback would be used as research information to support the analysis and development of subcontracting goals and potential teaming arrangements. This feedback should also be provided electronically via e-mail to the primary POC by March 22, 2007. General information about this requirement can be found on the World Wide Web at: http://nps.ksc.nasa.gov/NPS/default.cfm . Any questions you may have are to be submitted in writing to the POC listed below to be used for consideration in the development of the requirements and/or to be answered and posted to this acquisition?s website. Point of Contacts are: Dawn Alexander, Lead Contracting Officer or Teri Osabutey. E-Mail: ps-seb@mail.nasa.gov. Please copy and paste the e-mail address into your web browser. Please submit all questions and data through the above e-mail address only Not through the phone or fax numbers listed below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#123858)
 
Record
SN01246996-W 20070310/070308221459 (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.