SOURCES SOUGHT
R -- Protective Service Contract - RFI
- Notice Date
- 11/17/2015
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NASA Stennis Space Center, Office of Procurement, Mail Stop DA00, Stennis Space Center, Mississippi, 39529-6000, United States
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS16ZDA001L
- Archive Date
- 12/17/2015
- Point of Contact
- John A. Cecconi, Phone: 2286881522, Beth L. Bradley, Phone: 228-688-1725
- E-Mail Address
-
john.a.cecconi@nasa.gov, beth.l.bradley@nasa.gov
(john.a.cecconi@nasa.gov, beth.l.bradley@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Statement of Interest The National Aeronautics and Space Administration (NASA) Stennis Space Center (SSC) is seeking Capability Statements from all interested 8(a) businesses for the purposes of determining if sufficient 8(a) competition exists for the management, integration, and performance of the SSC Protective Services Contract. The SSC Protective Services contract comprises of providing security for SSC and its tenants. The SSC Protective Services Contract requirements may include the following security services but not limited to: (1) Security Services: Security Operations, Identification Management, Badging Access Control, Physical Security and Armed Uniformed Services, Resource Protection, Personnel Security, Industrial Security, Security Investigations, Locksmith, International Visitor Coordination, Security Enforcement and Security Enforcement Training; (2) Emergency Operations Support: Incident Management, Continuity of Operations, 911 Emergency Center Operations and Contingency Planning. Based upon information submitted by companies subject to NAICS code 561612, NASA will determine the final content of the future solicitation. NAICS code 561612 has a size standard of $20.5M annually. The purpose of this sources sought is to determine if any small businesses, under NAICS code 561612, possess the necessary capabilities to perform requirements identified above. Please see attachment as each capability element should be addressed and a check mark made as to "yes" or "no" that your business has this capability and experience. All respondents shall provide sufficient past performance information to allow the government make an informed set aside decision. It is not sufficient to simply state that one area (e.g., locksmith) will be subcontracted out. The capability statement shall also include relevant past experience for each teaming partner/subcontractor. The incumbent security contract is NNS12AA11C, issued to ISS Action, Inc. Jamaica, NY. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on Federal Business Opportunities (FedBizOpps). It is the responsibility of the potential offerors to monitor this site for the release of any solicitation or synopsis. This sources sought is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of a one-page summary, shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum font size of 12 in Times New Roman. Additionally, the Capability Statement shall list at a minimum two (2) customer contacts covering the past five (5) years, and include the following information: (1) Highlight relevant contract work performed, (2) Contract number, (3) Contract type, (4) Dollar value of each contract, (5) Number of employees and (6) Customer point of contact address, current phone number and current e-mail address. To facilitate a prompt review, a one-page summary shall be included with your Capability Statement which shall identify your company's specific capabilities that are relevant to, and reflect the magnitude of, these requirements. The one-page summary will not count against the 10-page limit. The one-page summary shall include: (1) Company's name, address, primary POC and telephone number, (2) Size of business; (3) Company's average annual revenues for the past three (3) years and total number of employees; (4) Ownership; (5) Number of years in business; (6) Company's Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Women-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business); (7) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number; (8) Applicable NAICS Code(s); and (9) DUNS number and CAGE Code (for prime and subcontractor/teaming partners). It is not sufficient to provide only general brochures or generic information. Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor. NOTICE: Copies of your Capability Statement may be made available to prospective offerors in the future. Therefore, it should not contain company-sensitive information. Your response is due no late than 12/02/2015. Please reference NNS16ZDA001L in any response. Any questions shall be submitted in writing via e-mail to the POC listed below to be used for consideration in the development of the requirements. Point of Contact: John Cecconi, Contracting Officer, e-mail john.a.cecconi@nasa.gov Please submit all questions and data through the above e-mail address only, NOT through the phone or fax numbers listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS16ZDA001L/listing.html)
- Place of Performance
- Address: John C. Stennis Space Center, Stennis Space Center, Mississippi, 39529, United States
- Zip Code: 39529
- Zip Code: 39529
- Record
- SN03947613-W 20151119/151117234411-fe457268716b622cd4e4de29f4a62104 (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 |