Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOURCES SOUGHT

L -- Contract Security Officers - Sources Sought Notice

Notice Date
3/1/2013
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
CLS03012013
 
Point of Contact
Stephanie Powell, Phone: 7035450541, Catherine L. Stevens, Phone: 703-545-0966
 
E-Mail Address
stephanie.powell@whs.mil, catherine.stevens@whs.mil
(stephanie.powell@whs.mil, catherine.stevens@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF copy of Sources Sought Notice CLS03012013 WASHINGTON HEADQUARTERS SERVICES ACQUISITION DIRECTORATE 2521 SOUTH CLARK STREET SUITE 3000 ARLINGTON, VA 22202 CONTRACT SECURITY OFFICERS PENTAGON FORCE PROTECTION AGENCY A. Purpose This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition Directorate (AD) is seeking firms doing business in North American Industry Classification System (NAICS) code 561612 - Security Guards and Patrol Services in assisting the Pentagon Force Protection Agency in the performance of numerous security support activities. B. Introduction/Background. The Pentagon Force Protection Agency (PFPA) mission is to provide force protection, security, and law enforcement operations as required for the people, facilities, infrastructure, and other resources at the Pentagon Reservation and for DoD activities and DoD-occupied facilities not under the jurisdiction of a Military Department within the National Capital Region (NCR). This responsibility includes security of the buildings; identification passes; anti-terrorism and force protection; chemical, biological, radiological and nuclear protection and detection; and other key functions. In order to fully respond to the responsibilities of the mission, PFPA requires contracted security personnel to provide protection of its facilities, physical assets, and all related operational activities for designated locations within the NCR. C. Objective WHS AD seeks responses from all interested firms particularly small business firms to include small businesses in all socio-economic categories. Successful firms must demonstrate in their response to this notice the ability to perform the following minimum capabilities: 1. Deploying an armed security force with a minimum interim Secret security clearance, Virginia Department of Criminal Justice Standards (DCJS) and/or Maryland State Police Licensing Division Security Guard license, for 100% post coverage (approximately 30) within their assigned zone. 2. Surging 50% of all zone posts within 90 minutes. 3. Maintaining currency on all occupational certifications such as expandable baton, Adult/ Infant/ Child cardio-pulmonary resuscitation (CPR), automated external defibrillation (AED), and basic first aid by the American Red Cross. 4. Maintaining physical fitness standards sufficient to be able to stand for extended periods of time at posts, conduct roving patrols around the perimeter of buildings, render assistance in the event of moving an unconscious victim to safety, delaying an intruder by physical means until assistance arrives, use defensive tactics against violent combative persons, and physically control individuals displaying disruptive or violent behavior. 5. Operating on a 24/7/365 schedule in the National Capital Region under all weather conditions. 6. Establishing a defensive perimeter as well as taking offensive measures during an "active shooter" event, to include but not limited to the ability to take cover and return fire if fired upon; ability to lockdown the facility assigned within 30 seconds of notification; training in close quarter battle tactics to pursue, assault, and neutralize-to include use of deadly force against an active shooter within the facility. 7. Qualifying annually and maintaining a score of 210 on the FLETC course of fire. 8. Possessing and maintaining a minimum of twelve (12) hours annual training on the following screening devices: X-ray machines, magnetometers, hand wands, communication devices such as radios, and mirrors used to check the exterior of vehicles. Training should include hands-on training that allows for the successful identification of prohibited materials using the above tools, as well as taking decisive action to counter any threat detected through personnel and/or hand-carried screening. 9. Possessing and maintaining a minimum of eight (8) hours of customer service training, to include proper log maintenance, incident reports, processing visitors for access, verifying proper identification of visitors and building personnel, accepting lost and found items, and how to prevent unauthorized visitors from entering the facility. 10. Providing a Program Manager (PM) or equivalent that will be available 24/7/365 to respond to emergencies, receive important information, and provide immediate corrective action of discrepancies. 11. Providing a Program Manager or equivalent that possesses, as a minimum, a Bachelor's degree in criminal justice, emergency management, security management, or a similar discipline from a fully-accredited university, subject to the government's approval. In-lieu of education, an individual must show at least five (5) years of relevant experience serving as a Program Manager or Supervisor in a security-related occupation. 12. Providing CSOs who have at a minimum a high school diploma or GED and at least 3 years of prior security experience. In lieu of experience, an individual can possess an Associate's Degree in a field associated with security or been separated from the military under Honorable conditions with a period of service no less than two (2) years. 13. Demonstrating through past experience the ability to manage a multi-location, multi-year security services contract of this size and scope. 14. Documenting that past-experience cited must have been gained within the continental United States (CONUS). 15. Documenting that experience cited must have been gained within the past five years. 16. Verifying CSOs received all training prior to standing post. C. Response Requirements: Responses to this notice must include: 1. Company name, address and phone number 2. Contractor and Government Entity (CAGE) code 3. Primary Point of Contact name, phone and email 4. A summary description of relevant experience and ability to provide Contract Security Officers that meet the aforementioned objectives. Respondents should provide complete responses to each capability area addressed above. 5. If respondent has a government contract vehicle such as a Federal Supply Schedule or other government-wide use contract that would address the scope of this requirement, please indicate contract number in your response. D. Deadline: The Government requests interested parties to submit a letter of interest and statement of current capability to perform the above services via email with the subject line "CSO Services CLS03012013" to stephanie.powell@whs.mil and catherine.stevens@whs.mil by March 18, 2013 at 05:00 p.m. EST. **The Government anticipates holding an Industry Day (date to be determined) in March 2013. If you are interested in attending, please indicate interest and submit contact information along with the statement of capability.** E. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a firm as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. Respondents are advised that the Government be under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION and DO NOT SUBMIT OFFERS. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOps) website. It is the potential Offeror's responsibility to monitor FedBizOps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this notice. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. F. Point of Contacts: Stephanie Powell, Sr. Contract Specialist, Phone 703-545-0541, Email: Stephanie.Powell@whs.mil Catherine Stevens, Contracting Officer, Phone 703-545-0966, Email: Catherine.Stevens@whs.mil Sherry Freeman, Director Small Business Programs Email: Sherry.Freeman@whs.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/CLS03012013/listing.html)
 
Place of Performance
Address: National Capital Region, United States
 
Record
SN03000480-W 20130303/130302091425-df26dd17fa294fa40195dfeb07fea26c (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.