Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOURCES SOUGHT

B -- USACE Physical Security Program - Attachments

Notice Date
4/4/2018
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HEC, Ft. Belvoir, Attn: CEHEC-CT, 7701 Telegraph Road, Alexandria, Virginia, 22315-3860, United States
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ18R0009
 
Point of Contact
Eric Thor,
 
E-Mail Address
eric.p.thor@usace.army.mil
(eric.p.thor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Capability Questionnaire (to be filled out by interested contractors) Attachment 1: DRAFT Performance Work Statement and Response Instructions Please see additional information in the DRAFT Performance Work Statement and Capabilities Questionnaire which are each attached to this notice. HECSA intends to solicit and negotiate Physical Security Program requirements for services beginning 22 September 2018 with a single One-Year Option. It is anticipated that the Contract will be awarded directly to a business registered in the Small Business Administration's (SBA's) 8(a) program. Industry may identify their interest and capability to respond to any future requirements of this nature. This RFI is for market research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Submission Requirements: The Government is seeking to identify qualified sources either singularly, or as part of an assembled team under North American Industry Classification System (NAICS) 541690, other Scientific and Technical Consulting Services. Companies are encouraged to respond to this request if they are interested in receiving a future Requests for Proposal (RFP) for the requirement described in the Draft Performance Work Statement (PWS) in Attachment 1. Background: The United States Army Corps of Engineers (USACE), Physical Security Branch seeks sources that can provide all necessary personnel (management, supervision, and administrative support), equipment, and services to augment, support and enhance the United States Army Corps of Engineers (USACE) Physical Security Program encompassing a global area of responsibility with strategic management and end user support. The contractor shall provide quality technical, analytical, planning, and administrative support to USACE's Physical Security mission. The contractor shall have an organization that is able to provide complete and full service to Chief, Physical Security Branch and USACE's major subordinate commands (MSCs) (a.k.a., nine Divisions, two Centers, five Field Operation Activities (FOAs) etc.) and forty-three Districts (thirty-eight inside and five outside of the U.S.) located throughout all 50 States, U.S. Territories, and designated overseas locations. Sources must be able to provide full service to all locations. Contractor support is required to assist USACE in successfully accomplishing the USACE Physical Security Program mission. Services will be performed at Government and leased facilities throughout the Continental United States (CONUS) and its territories and outside the Continental United States (OCONUS). The contractor shall be required to travel to locations throughout CONUS and OCONUS. Specific place(s) of performance will be detailed in individual task orders. Additional requirement information is included in the Attachments to this notice. Instructions: After review of the attached Attached DRAFT Performance Work Statement, interested parties should submit a response in Microsoft Word and Adobe PDF Format. All information will be UNCLASSIFIED material only. Any company proprietary information must be marked appropriately. Information should not exceed 10 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Respondents should include as part of their submission: 1. Company name, address, phone number; a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service-disabled veteran-owned small business. 2. A summary of the company's past performance in providing services similar to those identified in the attached Draft PWS during the past five years, including any on-going contracts. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance and a Point of Contact at the Contracting Activity who can verify the information you provided. 3. A completed Questionnaire provided as Attachment 2 in this notice. Interested parties must submit a response to this sources sought announcement by email only to eric.p.thor@usace.army.mil no later than 1:00PM EDT April 25, 2018. No phone calls shall be accepted regarding this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ18R0009/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04877731-W 20180406/180404231013-9b4bc1110ab5dfca86fe82a89441e09d (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.