Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2020 SAM #6876
SOURCES SOUGHT

R -- J2 Security Services Support

Notice Date
9/24/2020 8:06:13 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
0410 AQ HQ CONTRACT DORAL FL 33172-1202 USA
 
ZIP Code
33172-1202
 
Solicitation Number
W91QEX21J2SecurityServices
 
Response Due
10/15/2020 11:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Frances A. De Gori, Phone: 3054372098, Sherwin, Phone: 3054371811
 
E-Mail Address
frances.a.degori.civ@mail.mil, sherwin.d.riley.civ@mail.mil
(frances.a.degori.civ@mail.mil, sherwin.d.riley.civ@mail.mil)
 
Description
The Regional Contracting Office in Miami (RCO-Miami) 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 Security Services 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, and multiple awards MAY be made. 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. PLACE OF PERFORMANCE:� Doral, Florida 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. RESPPONSES 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The United States Southern Command (USSOUTHCOM) is one of six (6) regional Combatant Commands responsible for the command and control of all military operations worldwide. The Combatant Commander, USSOUTHCOM, headquartered in Doral, Florida, reports directly to the Secretary of Defense. USSOUTHCOM�s Area of Responsibility (AOR) includes Central and South America, the Caribbean and the adjacent waters of the Pacific and Atlantic Oceans and the Gulf of Mexico. The mission of USSOUTHCOM is to conduct joint and combined full-spectrum military operations and support whole-of-government efforts to enhance regional security and cooperation. This is not a consolidated or bundled requirement.� �Security Service supports USSOUTHCOM�s mission by developing, implementing, and overseeing security management programs within the headquarters (HQ) and throughout USSOUTHCOM�s area of responsibility (AOR) as defined in above.� These programs are designed to protect the command�s people, information, property and operations from acts of espionage, sabotage, terrorism, workplace violence, and other criminal acts; as well as, acts of negligence affecting the command�s security posture. REQUIRED CAPABILITIES Interest parties are requested to respond to this Sources Sought with a capability statement (white papers). White papers: white paper shall provide administrative information, and shall include the following as a minimum: - Name, mailing address, phone number, and e-mail of designated point of contact. - Business type (Large, Small, 8(a) etc.)� - Security clearance of the Offeror - Limited to 5 pages explaining Offerors capability in meeting specified requirements within draft Performance Work Statement (PWS). If your organization has the potential capacity to perform these contract services, please provide the information as stated by �White papers.� 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. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances: A draft DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret Facility Clearance.� DD 254 will be included as part of the Solicitation. Berry Amendment IT (e.g. Clinger-Cohen Act) Service Contract Act Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $16.5 million. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The estimated period of performance consists of a Base Period and Four (4) Option Periods with performance commencing approximately February 2021. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 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 both Frances A. De Gori at frances.a.degori.civ@mail.mil, and Sherwin Riley at sherwin.d.riley.civ@mail.mil by (15 October 2020) by 2:00 pm (EST) in either Microsoft Word or Portable Document Format (PDF). Any proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. 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 individuals as 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
SAM.gov Permalink
(https://beta.sam.gov/opp/6889b10b3a724812a339ceaef5a1fd6f/view)
 
Place of Performance
Address: Doral, FL 33172, USA
Zip Code: 33172
Country: USA
 
Record
SN05810680-F 20200926/200924230218 (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 |
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.