SOURCES SOUGHT
R -- Sources Sought to provide professional access control and receptionist services at the Naval Surface Warfare Center, Philadelphia Division (NSWCPD)
- Notice Date
- 3/3/2020 5:18:56 AM
- Notice Type
- Sources Sought
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- 20-MFF-010
- Response Due
- 3/20/2020 12:30:00 PM
- Archive Date
- 04/04/2020
- Point of Contact
- Maureen F. Fauske, Phone: 2158971894, Michael R. Sommeling, Phone: 2158971226
- E-Mail Address
-
maureen.fauske@navy.mil, michael.r.sommeling2@navy.mil
(maureen.fauske@navy.mil, michael.r.sommeling2@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- Scope � The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide professional access control and receptionist services at the �Naval Surface Warfare Center, Philadelphia Division (NSWCPD), Buildings 4 (located at 5001 South Broad Street, Philadelphia, PA 19112-1403), 77L (located at 1000 Kitty Hawk Avenue, Philadelphia, PA 19112-1403), 77H (located at 901 Admiral Peary Way, Philadelphia, PA 19112-1403), 1000 (located at 5101 S. 18th Street, Philadelphia, PA 19112-1403),� Building 633 (located at 4850 S. 15th Street, Philadelphia, PA 19112-1403) and� Building 29 ( located at 4700 S. Broad Street, Philadelphia, PA 19112-1403)� within the Philadelphia Navy Yard.� Each access control professional will have a stationary desk in their assigned area.� Access control personnel assigned to Buildings 4, 77L, 29, and 1000 shall have at a minimum a Interim Secret Security clearance. Access control personnel assigned to Building 633 shall be required to have and maintain a Secret Security clearance.�� NAICS CODE: 561499, size standard $16.5 million.� CLASSIFICATION CODE (PSC/FSC): R499.� PREVIOUS STRATEGY: 100% 8(a) Small Business Set-Aside ANTICIPATED AWARD DATE:� End FY 2020 CONTRACT TYPE � A Firm Fixed Price contract is anticipated.� This requirement will be awarded on Lowest Price Technically Acceptable (LPTA) basis. PERIOD OF PERFORMANCE � The performance period will span five years and include a based period of 12-months and four 12-month option periods.� Performance is anticipated to begin 01 October 2020. FACILITY REQUIREMENTS � Location � security clearance. 8(a) Set-Aside � This sources sought is being issued for the purpose of identifying those small businesses with the required expertise that might be interested in responding to a formal solicitation.� Interested small businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement.� Capability Statements must include the following: 1. Name of Company and address 2. Ownership, including whether:� Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) 3. Points of contact, including: Name, title, phone, and e-mail address 4. CAGE Code and DUNS Number 5. A complete description of the offeror�s capabilities related experience, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached Statement. 6.�The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. 7.�Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement;�a summary of previous corporate experience relevant to the Statement of Work obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;�any potential subcontracting arrangements being considered at this time.� If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met.� These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: �No telephone responses will be accepted.� No contractor response received after the advertised due date and time will be accepted.� No exceptions to this receipt deadline will be granted under any circumstances.� Responses must be received no later than by e-mail to Contract Specialist Maureen Fauske at email maureen.fauske@navy.mil. MILESTONES � It is estimated that procurement milestones will occur on or around the following dates: Solicitation Issue:� April 2020 Solicitation Close: May 2020 Award Date:�� September 2020� Performance Start:� October 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/70ed197dcc724d8d8fa210601dd9ae76/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN05578741-F 20200305/200304221140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |