Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2018 FBO #6095
SOURCES SOUGHT

S -- Vapor Type Explosive Detector Dog(s) and Handler(s) Support, MDW - Vapo dog events

Notice Date
7/30/2018
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV1-18-R-3001
 
Archive Date
8/21/2018
 
Point of Contact
Harry W Shatto, , Yong H. Trawinski,
 
E-Mail Address
harry.w.shatto.civ@mail.mil, yong.h.trawinski.civ@mail.mil
(harry.w.shatto.civ@mail.mil, yong.h.trawinski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Vapo dog list of events for quotes SOURCES SOUGHT NOTICE INTRODUCTION On behalf of the Joint Force Headquarters - National Capital Region (JFHQ-NCR), U.S. Army Military District of Washington, Fort McNair, Washington DC., the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Vapor Type Explosive Detector Dog(s) and Handler(s) Support. The intention is to procure these services on a competitive basis. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACES OF PERFORMANCE The place of performance will be in the facility of the National Capital Region (Washington, DC area). DISCLAIMER "This sources sought is for informational purposes only. This is not a "request for proposal (RFP)" to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future request for quote (RFQ) or invitation for bid (IFB) or RFP, if any issued. If a solicitation is released, it will be synopsized on the government-wide point of entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement." PROGRAM BACKGROUND This requirement is for single purpose explosive detection dogs and handlers (team concept) that are trained to follow an explosive/chemical scent trail from a moving person(s) to source. The team must be certified using an accredited third party working dog agency. The teams must be able to work choke points and traverse large open areas where people gather. Teams will work with the supporting organizations Subject Interdiction Officers for desired events ( See attachment ). Teams will support all JFHQ-NCR/MDW strategic outreach events listed in the attachment and be prepared to support additional requirements within two weeks of notification. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform the Vapor Type Explosive Detector Dog/Handler support. REQUIRED CAPABILITIES Requirements: • Single purpose Explosive Detector Dog(s) and handler(s) • Floppy ear type of dog • Certified by an accredited third party working dog agency • Certified as a team (one dog, one handler); provide documentation • Must be able to work choke points and traverse large open areas where people gather • Contractor must be able to provide additional teams to support events/additional events with a minimum of two weeks' notice If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 561612 with a Small Business Size Standard of $20,500,000. The Product Service Code S206. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A SOW is attached to this announcement. Based on the attached SOW, interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4:00 PM, Eastern Standard Time on 6 August 2018. All responses under this Sources Sought Notice must be e-mailed to the Contracting Officer, Harry W. Shatto, harry.w.shatto.civ@mail.mil and Contract Specialist, Yong Trawinski, yong.h.trawinski.civ@mail.mil. This documentation must address at a minimum the following items: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, provide details. 4. What specific technical skills does your company possess which ensure capability to perform the tasks? 5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Respondents also must indicate if they are an 8(a) participant. The estimated period of performance consists of a base period of one year and four one-year options. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Harry W. Shatto, harry.w.shatto.civ@mail.mil and Yong Trawinski, yong.h.trawinski.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF), via email at All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/154848b5103386a7fb6ef76ee0dc5c94)
 
Place of Performance
Address: National Capital Region, Washington DC, District of Columbia, United States
 
Record
SN05012279-W 20180801/180730230700-154848b5103386a7fb6ef76ee0dc5c94 (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.