SOURCES SOUGHT
R -- ARC OPERATIONS PROTECTIVE SERVICES
- Notice Date
- 11/30/2010
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA11366339R
- Response Due
- 1/4/2011
- Archive Date
- 11/30/2011
- Point of Contact
- Starr Strong, Contracting Officer, Phone 650-604-4699, Fax 650-604-0912, Email starr.l.strong@nasa.gov - Jeannette Albiez, Contract Specialist, Phone 650-604-1029, Fax 650-604-0912, Email Jeannette.Albiez@nasa.gov
- E-Mail Address
-
Starr Strong
(starr.l.strong@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, andHistorically Underutilized Business Zone (HUBZone) businesses for the purposes ofdetermining the appropriate level of competition and/or small business subcontractinggoals for the management, integration and performance of ARC Protective Services at aprimarily research and development campus comprising over 250 facilities spread out overapproximately 1900 acres in the 94035 zip code. The Government reserves the right toconsider a Small or 8(a) set-aside based on responses received.This requirements NAICS code is 561612 - Security Guards and Patrol Services with a sizestandard of $18.5M annually. If this procurement were to be split into two componentsthe aforementioned NAICS and 561990 - Fire Fighting Services as a Commercial Activitywith a size standard of $7M would apply.I.PURPOSE OF THIS SYNOPSIS1)To request information on capabilities of potential offerors2)To request feedback in the various areas for consideration in acquisitionplanningII.SUMMARY OF PROPOSED WORK REQUIREMENTS:1)Security Services: Physical Security and Armed Uniformed Services (firearms andcanines), Law Enforcement, Emergency Response Team (SWAT), Training, 911 EmergencyCommunications Center Operations, Resource Protection, Personnel Security Services,Identity, Credential and Access Management (Employee Badging), Visitor Processing,Industrial Security, Security Investigations, Locksmith, Electronic Security SystemsInstallation and Maintenance, Information Security, Information Assurance and InformationSystems Administration;2)Fire Services: Structural Fire Fighting, Airfield Rescue and Fire Fighting,Technical Rescue, Emergency Medical Response (EMT-D), Training, and Fire Prevention andEngineering;3)Emergency Management: Comprehensive Contingency Planning, Continuity ofOperations Planning, Emergency Operations Center, Training of EmergencyResponse/Management Personnel for NIMS compliance, Disaster Assistance and Rescue Team(DART) Coordination and Training Facility Scheduling;4)Export Control: Provide recommendations for classification of hardware, softwareand technology, perform export analysis and research, develop technology control list,prepare and justify export licenses, provide awareness training, and approval ofinternational shipments.III.RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIESInterested offerors having the required specialized capabilities/qualifications tosupport some or all of the work described under Item II Summary of Proposed Requirementsare asked to submit a capability/qualification statement of 10 PAGES or less. TheCapability Statement shall not exceed 10 pages (including attachments). There is norequired font size and/or type designated for this Capability/Qualification Statement.Figures, exhibits, and diagrams must be readable. The Capability Statement shall besubmitted electronically, via e-mail, to the two Points of Contact (POCs) listed belowand shall include at a minimum: 1)Companys name, address, website (if applicable), primary POC and telephonenumber; 2)Whether you company is a small Business, Small Disadvantaged Business,8(a)Set-Aside business, HUBZone Small business, Woman-Owned Small Business, Veteran-OwnedSmall Business, HBCU/MI, Service-Disabled Veteran-Owned Small Business for NAICS code; 3)Your Responses shall include the companys specific area of interest (SecurityServices, Fire Services, or a combination requirement for both Security and FireServices) in this acquisition and interest to be either a potential Prime contractor orSubcontractor.For each requirement, indicate what percentage of the requirements youwould perform;4)Companys average annual revenues for the past 3 years; 5)Affiliate information:parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime); andpoint of contact position, address and phone number;6)DUNS number and cage code.7)A list of relevant work performed in the past 5 years including, contractnumbers, contract type, dollar value of each contract, number of employees and customerpoint of contact address, phone number and email address. It is not sufficient to provide only general brochures or generic information. ARC encourages qualified Joint Venture business arrangements to submit capabilitystatements as well.IV.RESPONSES REGARDING THE CONTRACTING APPROACHARC is also interested in contractor feedback related to suggestions for contract typeand subcontracting opportunities. In the event the total requirements are competed on anunrestrictive basis, this feedback would be used as research information to support theanalysis and development of subcontracting goals. It would also be used to support anypotential set-asides. All acquisition methods are being considered by the Government. There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THECONTRACTING APPROACH.V. RESPONSE TO THE SYNOPSISYour capability statement and feedback response, emailed to both Starr Strong andJeannette Albiez at the email addresses provided below, is required not later thanTuesday, January 4, 2011. Written questions should also be directed to the e-mailaddresses of the Points of Contact below. If an interested party requests confirmationof receipt, a receipt confirmation will be provided.Please reference your companys name and NNA11366339L in the subject line of the e-mail. Verbal questions will not be accepted. This sources sought synopsis is for informationaland planning purposes only and is not to be construed as a commitment by the Governmentnor will the Government pay for any information solicited. Since this is a sources soughtannouncement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the responsibility of the potential offeror to monitor thesesites for the release of any solicitation or synopsis.Additional information will be posted on the Ames Acquisition Forecast and AcquisitionPlanning tool at the locations below:Ames Acquisition Forecast:Posted athttp://server-mpo.arc.nasa.gov/Services/Proc/ProcDocs/forecast.tml. This link willgive you the Product/Service Code, approximate value range, the fiscal year and quarterfor release of the solicitation, whether it is expected to be a small business set-aside(and the extent), and if the requirement will be competitive. An explanation of the codesshown is at the bottom of the webpage.Acquisition Planning Tool: Schedule and other information about major upcoming ARCprocurement actions is available at http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC Please copy and paste the e-mail addresses into your web browser. Please submit all questions and data through the e-mail addresses only NOT through thephone or fax numbers listed below. ================
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA11366339R/listing.html)
- Record
- SN02335090-W 20101202/101130233901-465790b47281766bfc1611e6af9a8a21 (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 |