Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOURCES SOUGHT

R -- SPAWAR LANT Security Monitor

Notice Date
4/29/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Atlantic_MKTSVY_72056
 
Response Due
5/7/2009
 
Archive Date
5/22/2009
 
Point of Contact
Point of Contact - Chris Cotton, Contract Specialist, 843-218-5306<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Source Sought Synopsis forAlarm Systems and Critical Assets Monitoring Support. REFERENCE NUMBER: N65236-09-R- 0054 (Please provide this reference number in response to market survey) NOTES: No. 1: This sources sought synopsis is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the taskings listed below are encouraged to reply to this synopsis. The Space and Naval Warfare Systems Center (SPAWARSYSCEN) Atlantic is soliciting information from potential sources to provide alarm systems and critical assets monitoring in support of the SPAWAR Security Department (Code 833), in the following areas: a. System Alarm Monitoring and Reporting b. Command Wide Security Systems Monitoring c. Security Assistance d. Buildings Systems Monitoring e. Valid Badge Verification: NOLA Complex/Bldg 198, 3147 & ESF f. Management Tasks g. Emergencies and Safeguarding of Critical Assets The following is a list of potential taskings. The percentages listed next to the individual taskings are the estimated amount of effort that will be required on any potential contract for this effort. You are requested to provide the percentage of work your company can perform against each task listed next to the taskings for evaluation along with documentation to support this claim. Do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities and what it can or cannot perform. The contractor will be tasked to accomplish the work as specified in the Statement of Work. Divided into the following tasks, the services shall be performed either singly or in combination as specified in accordance with individual task orders. The following table reflects the governments best estimate as to the future work requirements: 3.1 System Alarm Monitoring and Reporting 20% 3.2 Command Wide Security Systems Monitoring 20% 3.3 Security Assistance 10% 3.4 Buildings Systems Monitoring 5% 3.5 Valid Badge Verification: NOLA Complex/Bldg 198, 3147 & ESF 20% 3.6 Management Tasks 2.5% 3.7 Emergencies and Safeguarding of Critical Assets 20% 3.8 Program Management 2.5% A copy of the draft SOW is posted at the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an fixed price commercial type contract. The estimated contract value for this procurement is $10.0M. Firms are invited to submit the appropriate documentation as described below in paragraph 9 in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of fifteen (15) on data submitted (See Summary of Work table under paragraph 9). Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2254CC, via e-mail to chris.cotton@navy.mil. Responses must include the following items addressed in (1) through (10): (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-owned, HUBZone, and/or Veteran-Owned Business; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements (do not include any documentation or percentages for any company other than your own. This is an analysis of your companys abilities and what it can or cannot perform); (9) a list of customers for relevant work performed during the past five years which includes: contract numbers contract type dollar value for each contract referenced how this work demonstrates capability to perform percentages stated in number eight customer point of contact with phone number (this information is required to verify offerors performance; the government may contact any reference for further validation.) a summary of work performed (see Summary of Work table below for instructions), Summary of Work Table The purpose of this market survey is to determine the capabilities of small business industry partners. Respondents shall summarize the work they have performed relevant to this requirement by demonstrating their experience/capabilities as follows: SOW Paragraph Tasking Page Limit 3.0.1 System Alarm Monitoring and Reporting Discuss experience relevant to SOW and specifically discuss: - operating and monitoring the electronic security systems and closed circuit television. - performing analysis and assessment of the alerts from the Security System. - training new hires to ensure individuals are trained and qualified to perform duties of an Alarm Monitor, Gate Monitor, or Monitor Rover. 2 Pages 3.0.2 Command Wide Security Systems Monitoring Discuss experience relevant to SOW and specifically discuss: - experience with conducting site security checks on critical assets and sensitive compartmented information facility zones such as open storage classified areas, communication security facilities. 2 Pages 3.0.3 Security Assistance Discuss experience relevant to SOW and: Expertise in responding to requests for assistance from the Code Blue Security Camera Stations in the parking lots of Bldg 3147 in Charleston. 1 Page 3.0.4 Buildings Systems Monitoring Discuss experience relevant to SOW 1 Page 3.0.5 Valid Badge Verification: NOLA Complex/Bldg 198, 3147, and ESF Discuss experience relevant to SOW 1 Page 3.0.6 Management Tasks Discuss experience relevant to SOW 1 Page 3.0.7 Emergencies and Safeguarding of Critical Assets Discuss experience relevant to SOW 1 Page (10) Affirmation that your company complies with industry standards including the areas of physical and medical training. NOTE: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27 (c) and (d) for Service-Disabled Veteran Owned Small Businesses, and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 Limitations on Subcontracting should provide the information requested in items 1 through 7 above, on each of the teaming partners. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e. 8(a), SDB, SDV, etc.). The applicable NAICS code is 561621 with a size standard of $12.5 million. The Closing Time for responses is 2:00 pm Eastern Daylight Savings Time. The Closing Date for responses is 7 May 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=710c11d55dfa55e80a5fa004b404033f&tab=core&_cview=1)
 
Record
SN01804816-W 20090501/090429222031-710c11d55dfa55e80a5fa004b404033f (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.