Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

R -- STATE OFFICE ALL HAZARD ASSESSMENTS AND PHYSICAL SECURITY REMEDIATION

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
2009-R-013
 
Archive Date
4/17/2009
 
Point of Contact
Nicole A. Barnes,,
 
E-Mail Address
nicole_barnes@saa.senate.gov
 
Small Business Set-Aside
N/A
 
Description
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR OUTSOURCING OF STATE OFFICE ALL HAZARD ASSESSMENTS AND PHYSICAL SECURITY REMEDIATION. The purpose of this sources sought synopsis is to gain knowledge of qualified industry sources or service providers for State Office All Hazard Assessments and Physical Security Remediation services and support. This support shall include technical and support services for assistance in the following areas: -all-hazard surveys; -physical security and access control design; -alarm systems installation, maintenance, monitoring, and annual inspections. The assistance will be provided to the United States Senate, Office of the Sergeant at Arms (SAA), Police Operations, Security, and Emergency Preparedness (POSEP) to ensure Senate offices located throughout the fifty (50) states are provided with physical security services and support. All Subject Matter Experts must demonstrate, by way of written resume, complete understanding of industry and government standards, best practices, and successful experience in a national account program including the planning, design, installation, inspection, service, maintenance, and monitoring of security systems. This is not a request for proposal and in no way obligates the Senate in an award of a contract. This sources sought synopsis contains the most currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. REQUIREMENTS: The key functional areas are: 1) Subject Matter Experts to provide technical services and support for planning, design, installation, testing, inspection, servicing, and maintenance of security systems, and the monitoring and subsequent inspection on an annual basis, of alarm systems in Senate state offices located throughout the fifty (50) states. The Contractor will be required to provide in-house experienced installation and maintenance technicians to complete installations wherever possible. Contractors will be required to demonstrate a nationwide presence. 2) Program Management to provide on-site management and program coordination at the Senate's Capitol Hill office, including contractor staff management, assistance in developing design standards for state offices, developing and implementing processes for coordinating with outside federal agencies, including but not limited to, the General Services Administration, and the Federal Protective Service. The Program Manager must have at least ten (10) years of industry experience, and at least five (5) years experience as Program Manager or Director of a national account program. The remaining Subject Matter Experts must have at least five (5) years of industry experience, and at least two (2) years working on a national account program. 3) Develop and implement all-hazard surveys for all Senate state offices, to incorporate existing physical security surveys, and data obtained from open sources and on-site visits. 4) Develop security training classes and materials that will ensure proper usage of all state office physical security enhancements; and 5) Provide technical writing support and expertise to include: production of all-hazard surveys and assessments; development of instructional manuals; and professional editing and proofreading services. RESPONSES: In responding to this SSN, state your qualifications to perform each of the mandatory requirements listed above. Your response to each requirement must include paragraph numbering identifiable to the requirements listed above. In addition, submissions must include: a) Program Manager and Subject Matter Experts resumes; b) past performance experience/information in each requirement for a minimum of three contracts of similar scale, less than two (2) years old that involve use of capabilities and products relevant to those necessary to meet the Senate's requirements, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements 1-5 listed above, c) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. After receipt and review of the responses to this SSN, the SAA intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Sources Sought by submitting an information package in accordance with the instructions provided. Vendors responding to this notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during the third quarter of Fiscal Year 2009. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this Market Survey-Sources Sought request are due to the POC no later than April 16, 2009, at Noon EST and shall be submitted electronically via email only to the attention of Nicole A. Barnes at acquisitions@saa.senate.gov. The subject line of the email message shall be: "SSN 2009-R-013 State Office All-Hazard Assessments and Physical Security Remediation". No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8695cd3faf5a912302227352bd6c368f&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, 20510, United States
Zip Code: 20510
 
Record
SN01780227-W 20090329/090327220804-8695cd3faf5a912302227352bd6c368f (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.