Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2010 FBO #3121
SOURCES SOUGHT

R -- Sources Sought Notice - to provide emergency management and dispatch function services in support of the manned operation of Navy Region Southwest (NRSW) Regional Dispatch Center (RDC)

Notice Date
6/9/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024410R7777
 
Response Due
6/21/2010
 
Archive Date
7/10/2010
 
Point of Contact
Anastasia Pentzakoff, Contract Specialist, Anastasia.Pentzakoff@navy.mil
 
E-Mail Address
Contract Specialist
(anastasia.pentzakoff@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued in an effort to conduct additional market research for information and planning purposes only. The Government is soliciting information to determine the availability of SMALL businesses capable of performing the services stated below. The requirement is for services providing Emergency Management support and dispatch function in support of the 24/7 operation of the operation of Navy Region Southwest (NRSW) Regional Dispatch Center (RDC) in San Diego, CA and its outlying areas of responsibility. These stations include: Naval Base (NB) Ventura CountyNaval Air Facility (NAF) El CentroNaval Air Station (NAS) FallonNaval Weapons Station (NWS) Seal BeachNWSSB Det. FallbrookNAS Lemoore Functional Support duties include, but are not limited to: a. Provide public safety/emergency 911 call receiving and dispatching; b. Maintain liaison with scene of emergency to include security/medical supervisors and other installation/emergency operation centers; c. Prioritize multiple emergency and non-emergency calls to determine appropriate response levels; d. Perform/provide crisis intervention via telephone (including but not limited to first aid and cardiopulmonary resuscitation) with distraught callers during high-risk situations until emergency units arrive on scene; e. Monitor fire/security, IDS/CCTV systems; f. Utilize and operate various multi-channel radio frequencies, public safety radio systems, word processing equipment/software and variety of other standard office equipment including telephones, fax machines, and paging equipment; g. Operate electronic equipment utilized in a modem dispatch center to include Computer Aided Dispatch (CAD);h. Maintain maps, checklists, charts, automated programs, electronic logs; i. Receive, document, and inform personnel of inclement weather conditions;j. Prepare incident & emergency response reports; k. Coordinate with military and civilian agencies in response to mutual aid requests, in accordance with locally established protocols and mutual aid agreements;l. Organize and maintain records;m. Receive, prepare, and verify documents;n. Utilize and operate public safety radio systems, word processing equipment/software and variety of other standard office equipment including telephones, fax machines, and paging equipment; 0. Effectively communicate both orally and in writing; Lead Dispatchers shall also: p. Serve as shift lead providing basic supervision, training, scheduling, evaluation, and counseling for assigned shift personnel in accordance with established policies and procedures; q. Identify, develop, manage, and revise training programs and material/courses in accordance with established policies and procedures as needs arise;r. Monitor and review progress of training requirements; s. Attend meetings with Government representatives and contractors from other emergency management agencies; t. Analyze emergency management program performance, objectives, and needs and recommend solutions; u. Effectively communicate both orally and in writing. Note: Uninterrupted service 24 hours a day, 7 days a week will be required. It is anticipated that the contract shall be awarded for a period of one year and three option years: Base Year: 1 October 2010 - 30 September 2011Opt. Yr One: 1 October 2011 - 30 September 2012Opt. Yr Two: 1 October 2012 - 30 September 2013Opt. Yr Three: 1 October 2013 - 30 September 2014 No final commitment has been made to procure the stated service requirement. Therefore, this sources sought notice should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. The North American Industry Classification System (NAICS) code applicable to this requirement is 561621 with a size standard of $12.5M. Interested parties may submit a Statement of Capability for satisfying this requirement to the contact person below. Only a brief statement of qualifications (not to exceed ten (10) pages) is requested at this time. At a minimum, provide the following information in your submittal: 1) Name of company; 2) Name of company's point of contact, including address, phone, and e-mail; 3) Identify the type of entity (large business, small business, small disadvantaged business, non-profit institutions, woman-owned small business, HUBZone small business or service disabled veteran-owned small business, and also indicate if the firm is foreign-owned); and, 4) Identify intent to team, and, if possible, the anticipated teaming arrangement. Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and FAR clause 52.219-14, Limitations on Subcontracting. In addition, the statement of qualifications should include information that clearly demonstrates the respondent's capabilities, expertise and experience to perform the requirements, or serve as a prime systems integration contractor to perform the requirements, contained in the draft Statement of Work. General marketing material should not be included. This announcement is not a request for competitive proposals. Statement of Capabilities should include detailed technical/experience information and/or other informational literature demonstrating the ability to perform the above requirements, and business size in relation to NAICS 561621 via email to Mrs. Anastasia Pentzakoff, Contract Specialist, Anastasia.Pentzakoff@navy.mil. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. No telephone requests will be honored. All information provided will become property of the U.S. Navy and will not be returned. Submittals are requested within 10 calendar days from publication of this synopsis. Responses are requested no later than 21 June 2010 at 3:00 p.m., Pacific Standard Time and should include a point of contact, telephone number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024410R7777/listing.html)
 
Place of Performance
Address: 937 N. Harbor Dr.,, SAN DIEGO, CA
Zip Code: 92132
 
Record
SN02172365-W 20100611/100609234842-9bef24ce5d9352c93435fad876ad92f5 (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.