SOURCES SOUGHT
R -- Sources Sought - Training Support to the Office of Secure Transportation
- Notice Date
- 12/13/2007
- Notice Type
- Sources Sought
- Contracting Office
- PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-AC52-08NA28558
- Response Due
- 1/11/2008
- Archive Date
- 7/11/2008
- Point of Contact
- Eusebio M Espinosa, Contracting Officer, 505-845-5809, eespinosa@doeal.gov;Maria Vasquez, Contract Specialist, 505-845-4805, mvasquez@doeal.gov
- E-Mail Address
-
Email your questions to Maria Vasquez, Contract Specialist
(mvasquez@doeal.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Energy National Nuclear Security Administration (DOE NNSA) seeks qualified small businesses, small business-led teams and joint ventures that qualify as small businesses capable in providing a range of logistical and administrative support, paramilitary training, property management, and technical support services required to assist the Office of Secure Transportation (OST). The North American Industry Classification System (NAICS) Code for this requirement is 561210, ???Facilities Support Services???, with a small business size standard of $32.5 Million. DOE NNSA is planning to conduct a competitive acquisition using the procedures delineated in FAR Part 15. The estimated ceiling amount of the five year contract (2-year basic period and three 1-year options) is $100 Million. The anticipated effective date for the new contract is January 2009. Technical Requirements The contractor must be capable of providing the activities of logistical, curricula development and training, munitions support, project control, shipping and receiving, fleet vehicle management, OST property management, program and management analysis, data entry support and administrative support. The activities of curricula/training, munitions support, shipping and receiving, OTS property management, and administrative support will primarily take place on-site at DOE/NNSA OST Albuquerque, New Mexico. Primary logistics support is located at DOE/NNSA OST Fort Chaffee, Arkansas and will consist of operating and maintaining the Training Command at Fort Chaffee, assisting in the training of the Special Agent Force, providing division support in areas of procurement, budget, property management, and supporting all provisional Satellite Training Operations throughout the country. The contractor will provide support that ensures the facilities, grounds, vehicles, ranges, and training venues are properly maintained for safe and efficient use. Additionally, the contractor will provide complete supply and logistic functions, armorer function, fleet management function, and security and safety functions. The contractor will also be required to provide DOE ???L??? cleared drivers to accomplish logistical vehicle movements throughout the continental United States. The remaining work will take place at other sites as directed. Current Contract Environment There is currently one Master Contract with a period of performance from August 18, 2003 through August 17, 2008, awarded to a large business, Wackenhut Services, Inc. To date, DOE NNSA has awarded seven tasks with a total value over $88 million. Contract will be extended through February 17, 2009 due to scheduled mission critical validation exercises. The profile of the task award values are as follows: Task Value Range Number of Tasks <$100K 1 $100K up to $1M 2 $1M up to $5M 2 >$5M 2 It is anticipated that as part of this requirement, the successful contractor will be required to maintain offices at the DOE NNSA OST Albuquerque, New Mexico, site and at the DOE NNSA OST Fort Chaffee, Arkansas, site throughout the life of the contract that are adequately staffed to povide support in accordance with the attached Draft Performance Work Statement (PWS). As a result of the sensitive nature of the DOE NNSA OST mission the successful contractor, and its subcontractors or team members, will be required to have an affirmative determination of Foreign Ownership, Control and Clearance (FOCI). In addition, many contractor personnel performing on the contract will be required to obtain and maintain DOE ???L??? or ???Q??? level security clearances. Since this sources sought synopsis is being used strictly to determine if sufficient small business capability exists to set this acquisition aside, large businesses should not reply. In order to be evaluated as capable for purpose of a set aside determination, a small business must be able to perform a majority of the Draft PWS. Teaming Emphasis Given the type, size, and complexity of work envisioned for this requirement, DOE NNSA recommends that small businesses should consider teaming arrangement. In accordance with Federal Acquisition Regulation (FAR 9.603), the Government will recognize the integrity and validity of contractor team arrangements; provided the arrangements are identified and company relationships are fully disclosed in an offer or, for arrangements entered into after submission of an offer, before the arrangement becomes effective. A contractor team arrangement is one where two or more companies form a partnership or joint venture to act as a potential prime contractor or a prime contractor agrees with one or more companies to have them act as its subcontractors under a specified Government contract or acquisition program. Small businesses can form a number of teaming arrangements that may include, but not be limited to: prime/sub, an SBA-approved Mentor Prot??g??, a joint venture, an SBA-approved Mentor Prot??g?? Joint Venture. Small businesses should consult applicable regulations related to the teaming approach under consideration to ensure compliance with the size standard (e.g., affiliation rules or subcontracting limitations). Interested small business concerns are requested to submit (1) an expression of interest (EOI) and (2) a statement of capabilities (SOC), no later than 5 PM Mountain Time on January 11, 2008. The expression of interest shall state whether the concern is a Small Business, Small Disadvantaged Business, 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-owned Small Business or a Service-disabled Veteran-owned small business and shall not exceed two (2) pages. The SOC shall not exceed ten (10) pages and shall include the interested firm???s complete mailing address, point of contact (name, telephone number, and e-mail address). The SOC shall also disclose any prime/sub, SBA-approved Mentor Prot??g??, joint venture, or SBA-approved Mentor Prot??g?? Joint Venture arrangement. In addition, the SOC shall include the following information ??? for prime/subcontractor arrangement all subcontractors shall be identified to include name, phone number and email address of each subcontractor???s point of contact, for Mentor Prot??g?? arrangement the Mentor shall be identified to include name, phone number and email address of the Mentor???s point of contact, for joint venture arrangement all partners to the joint venture should be identified to include name, phone number and email address of each partner???s point of contact. The SOC shall list the prime contract (and significant subcontractor) work performed by all teaming partners since February 2003 including (1) a brief description of experience with each of the functional areas including the magnitude, complexity and criticality of the work performed, (2) name and address of the contracting activity, (3) name and telephone number of the contracting officer???s technical representative and (4) prime contract number. Contractors must provide a narrative for each contract or subcontract addressing how its experience directly relates to the specific technical knowledge and capabilities requirements identified above and associated with the PWS. The SOC should include statement to whether a firm has a current affirmative Foreign Ownership, Control and Influence (FOCI) determination, the date the determination was rendered, and the current level of security clearance possessed by the firm. In addition to the above, provide a statement describing how your company might propose to perform the percentage of work specified in Federal Acquisition Regulation 52.219-14(b)(2) -- (At least 50 percent of the cost of the contract incurred for personnel shall be expended for employees of the concern). If two or more business concerns have formed a joint venture or teaming arrangement, identify the demonstrated capabilities of each business to perform the work described in the Technical Requirements section above and the roles and responsibilities of each business in the accomplishment of the requirements. Only electronic copies of the expression of interest and SOC sent to mvasquez@doeal.gov will be accepted. Any questions or comments regarding this announcement should be e-mailed to mvasquez@doeal.gov or submitted thru IIPS. Telephone responses and inquiries will not be accepted. This notice is not a request for proposals and in no way obligates the Government to award any contract. DOE/NNSA will not be responsible for any costs incurred by responding to this Notice. No solicitation exists at this time. 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)].
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/F6F8A4074E2AE0D1852573B10005F435?OpenDocument)
- Record
- SN01469292-W 20071215/071213223437 (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 |