SOURCES SOUGHT
R -- Access Management Services for Military Installations
- Notice Date
- 8/11/2009
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-09-R-0141
- Response Due
- 8/21/2009
- Archive Date
- 10/20/2009
- Point of Contact
- Regina Daniels, 703-428-0665<br />
- E-Mail Address
-
Contracting Center of Excellence, Army Contracting Agency (ACA)
(regina.daniels@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the U.S. Army Installation Management Command (IMCOM), intends to procure services for the background screening, registration, identification, authentication, validation, and access management for vendors and their employees who frequently enter military installations for commercial purposes using 100% HUBZone small business set-aside or using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due at 3:00 PM Eastern Standard Time (EST) on 21 August 2009, NO EXCEPTIONS. If at least two qualified HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified HUBZone small business concerns. If two or more qualified HUBZone small business concerns are not found capable, this requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 561621 with a size standard of $12.5M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience. Capability packages must not exceed 15 pages and must be submitted electronically. All contractor questions must be submitted no later than at 3:00 PM Eastern Standard Time (EST) on 21 August 2009. The following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $1,000 per month?; (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work? (4) Does your company have experience with access control computerized systems which can be employed to screen, identify and authenticate individuals? If so, please explain.; (5) Does your company have experience conducting background investigations of persons? If so, please explain. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to MAJ Regina Daniels at (703) 428-0665 or regina.daniels@us.army.mil or Donald Leath at (703) 428-1211 or email: donald.leath@conus.army.mil for this procurement. A Firm-Fixed Price contract is anticipated. The anticipated period of performance will be one (1) Base Year plus four (4) Option Year periods. The place of performance will be Aberdeen Proving Ground, MD; Detroit Arsenal, Warren, MI; Ft Bliss, TX; Ft Bragg, NC; Ft Carson, CO; Ft Drum, NY; Ft Lee, VA; Ft Leonard Wood, MO; Ft Lewis, WA; Ft Polk, LA; Ft Riley, KS; Rock Island Arsenal, IA; USAG Hawaii; and White Sands Missile Range, NM. Contractor personnel will not require a current secret clearance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-0141/listing.html)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall St, 11th Floor Alexandria VA<br />
- Zip Code: 22331<br />
- Zip Code: 22331<br />
- Record
- SN01906706-W 20090813/090811235834-4e9062b269da381d1658539577f16782 (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 |