DOCUMENT
S -- Armed Security Guard Services - Attachment
- Notice Date
- 7/12/2018
- Notice Type
- Attachment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008518R9800
- Response Due
- 7/27/2018
- Archive Date
- 8/11/2018
- Point of Contact
- SUSAN ROBERTS (757)-580-2872
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal at this time. This is a sources sought notice issued by the Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) Norfolk, VA. This is not a Request for Proposal. NAVFAC MIDLANT is conducting a market survey and analysis to determine the range of available 8(a) certified contractors and assess their capabilities to perform the work requirements described below. Submission of this information is for planning purposes only as is not to be construed as a commitment by NAVFAC MIDLANT to procure these services, to pay for the information request or to make an award on the basis of this notice. All interest parties are invited to submit capability information describing their ability to perform the work requirements set forth below. An award will not be made on information or offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The purpose of this synopsis is to identify interested and qualified 8(a) certified firms to determine if any type of set-side is warranted. The objective purpose of this proposed contract is to all labor, management, supervision, supplies, equipment, transportation, and any other items necessary to provide security related services at Norfolk Naval Shipyard Portsmouth, Virginia; Naval Support Activity Philadelphia, Pennsylvania; Lafayette River Complex, Norfolk, Virginia; Craney Island Fuel Terminal, Portsmouth, Virginia; USS CONSTITUTION located in Boston, Massachusetts and Naval Weapons Station Earle (Colts Neck,) New Jersey. The successful contractor shall provide Armed Security Guard and other security-related services and may be working alongside existing Government security forces that have law enforcement responsibilities. Specific duties include, but are not limited to, entry control point services, identification checks, vehicle inspections, emergency closure procedures, roving guard services, perimeter patrol, interior patrol, building checks, crowd control, security screening, and traffic control. The Navy Police/Security/Emergency Services organizations will be responsible for all law enforcement, investigative, and crisis response functions on the base. The contractor ™s security force will provide security guard services as specified above, not law enforcement duties as they are inherently governmental. The North American Industry Classification System (NAICS) Code for this procurement is 561612 (Security Guards and Patrol Services), and the annual size standard is $20,500,000.00 This will be a combination Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) contract. The proposed requirement would be for a base period with four, one-year option periods, which, cumulatively, will not exceed sixty (60) months. The contract will include a 60-day PHASE-IN period that is required to begin 28 December 2018. Capability Sought: All capable 8(a) certified firms are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a) Business Set-aside is an acceptable strategy for this procurement. The proposed contract is being considered for 100 percent set-aside for 8(a) certified firms. Interested 8(a) concerns should respond as early as possible but not later than 27 July 2018. Contractors shall indicate interest in the acquisition by submitting a capability statement and a positive statement of eligibility as an 8(a), to the Contracting office. It is requested that interested parties submit a brief capabilities package. This capabilities package shall be no more than 8 pages and shall address, at a minimum, the following: Ability to meet all technical requirements outlined in this notice (firm ™s understanding, capability, approach, qualification, and past experience in relation to the required duties stated above in paragraph 2) DUNS number CAGE code 8(a) Small Business classification for NAICS 561612 (1) Examples of contracts held within the last five years of similar size, scope, and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of employees, annual receipts, office location(s), DUNS number and CAGE Code. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this requirement in terms of multi-state armed security guards service contracts. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Contractor must possess a state license to perform work in the states of Virginia, Pennsylvania, Massachusetts and New Jersey and also must possess a facility clearance before completion of 60-day transition period. Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. Interested parties should respond as soon as possible but no later than close of business 27 July 2018. Responses to this Sources Sought Notice shall be e-mailed to Susan Roberts at: susan.roberts2@navy.mil. TELEPHONIC SUBMISSIONS AND QUESTIONS WILL NOT BE ENTERTAINED AS THIS IS A SOURCES SOUGHT NOTICE ONLY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008518R9800/listing.html)
- Document(s)
- Attachment
- File Name: N4008518R9800_Sources_Sought-N40085-18-R-9800.docx (https://www.neco.navy.mil/synopsis_file/N4008518R9800_Sources_Sought-N40085-18-R-9800.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R9800_Sources_Sought-N40085-18-R-9800.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008518R9800_Sources_Sought-N40085-18-R-9800.docx (https://www.neco.navy.mil/synopsis_file/N4008518R9800_Sources_Sought-N40085-18-R-9800.docx)
- Record
- SN04989612-W 20180714/180712231248-4ad9918a0d42bad7689ff13dc3afc014 (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 |