Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2022 SAM #7450
SOURCES SOUGHT

S -- US Mission Germany Local Guard Program

Notice Date
4/22/2022 9:47:58 AM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM22RFI0001
 
Response Due
5/13/2022 10:00:00 AM
 
Point of Contact
Kenneth P. Bailey, Phone: 202-374-4573
 
E-Mail Address
baileykp@state.gov
(baileykp@state.gov)
 
Description
Notice Type: ������������� Source Sought Notice/Request for Information Agency/Office: ��������� Department of State/Office of Acquisition Management Title: ������������������������� Local Guard Services � U.S. Mission Germany THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES - THIS IS A SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION, AND INFORMATION SUBMITTED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. Description: This Sources Sought/Request for Information (RFI) is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the United States Department of State (�State�). The purpose of this RFI is to identify ALL INTERESTED VENDORS that are capable of providing the services described in this RFI, draft Performance Work Statement (PWS) and draft Special Contract Requirements. State will use this market research information to assess the market's capability to successfully meet State�s need for local guard services at the U.S. Mission Germany. State welcomes responses from all interested vendors. State does not intend to make a decision or award a contract on the basis of responses nor otherwise reimburse interested sources for the preparation of any information submitted for State's use of such information. State reserves the right to contact vendors if additional information is required.� Overview: The Department of State, Bureau of Diplomatic Security plays an essential role in ensuring that foreign policy missions are accomplished in a safe and secure environment.� The primary mission of the local guard service is to provide protection for United States personnel, facilities, and equipment from damage or loss due to violent attack and theft.� The local guard services shall prevent unauthorized access; protect life; maintain order; deter criminal and terrorist attacks against employees, dependents, and property; and prevent damage to all U.S. assets.� The NAICS code for these services is 561612. Responses must clearly demonstrate capabilities through examples of previous and/or current guard security contracts or experience closely related thereto.� Vendors must specifically address the following capabilities: Current licenses, work authorizations in compliance with host country law required for the execution of work, including firearms permits and licenses. Licenses must be in the name of the U.S. small business. Knowledge of and compliance with host country labor law which may require bonuses, specific minimum wage levels, premium pay for holidays, payments for social security, pensions, severance pay, sick or health benefits, childcare or any other benefit, including understanding and applicability of the 613a process Knowledge of and compliance with host country tax law Ability to provide all types of insurance coverage required by host country in performance of services, such as automobile liability, comprehensive general liability, worker�s compensation, employer�s liability, etc. Furnishing, operating, and maintaining a radio network, including acquiring all licenses and permits that may be required for frequencies and the operation of all communications equipment����� Familiarity or experience with associated security equipment such as Guard Electronic Monitoring System (GEMS), Central Alarm Monitoring systems (CAMS), closed-circuit television systems, x-ray and explosive detection equipment Furnishing guard force equipment such as uniforms, vehicles, and weapons Ability to overcome language barriers Capability of instructing, providing, and qualifying personnel in the use of firearms, as well as x-ray equipment and radio equipment, including obtaining the access to a firearm training facility Ability to maintain a guard staff on a 24 hour 7 day a week basis with the ability to immediately backfill vacant positions due to resignations, rotations and illnesses due to a variety of reasons such as flu and food poisoning Capability of dealing with organized actions by direct labor personnel such as strikes (anticipated and unanticipated) and labor unrest (work slowdowns and/or organized failure of employees to report for shift changes) Ability to hire, train and retain, including English language training and weapons training, if required, a guard staff consisting of host country nationals Ability to provide trained equipment technicians for all vehicles, radios and weapons required in the performance of the contract Ability to train a sizeable workforce to adapt quickly to unfamiliar laws and customs as well as the ability of company officials to gain quickly information regarding the laws and customs needed to maintain and equip such a workforce Experience or capability of getting contractor-furnished equipment and goods through customs and/or similar governmental agencies of the host country Understanding import and export regulations� Understanding� and familiarity of� the Arms Export Control Act (AECA) and International Traffic in Arms Regulation (ITAR) and the capability of complying with both by the performance date of any contract awarded requiring the execution of this Statute (22 U.S.C. 2778-2780) Managing smooth contract transition efforts, and ability to stand-up the new contract within the estimated 90 to 120 calendar days Ability to safely keep and track Government-Furnished Property Ability to screen personnel to meet suitability requirements for guard force positions Strong skill in instant, situational decision-making, e.g., response to threats Organized billing and invoicing procedures, and understanding of myLGP, a Government database to track schedules. Attachments: 1. Draft PWS and DRAFT Special Contract Requirements:� See attached DRAFT PWS and Special Contract Requirements, which are subject to change. Interested contractors responding to this notice are highly encouraged to review the attached DRAFT PWS DRAFT Special Contract Requirements and provide any comments and/or feedback 2. Contractor Information Form � Interested contractors must complete the attached response sheet and submit with their RFI submission. 3. Vendor Restricted Access Form- Interested contractors will need to fill out the Restricted Access form in order to download the DRAFT PWS and Special Contract Requirements in SAM.gov. It is requested that all interested contractors submit their capabilities by e-mail to Kenneth P. Bailey at baileykp@state.gov addressing each of the above requirements by 13:00 EST, May 13, 2022.� Interested parties shall also complete the attached Contractor Information Sheet. If you have any questions or comments, please reference this Sources Sought Notice when emailing.��� �� THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quote/proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The result of this market research will contribute to determining the method of procurement. The U.S. Department of State does not guarantee that any future contracts may be awarded covering the aforementioned duties and responses to this Sources Sought notice do not bind the U.S. Department of State to any agreement with the responder, be it explicit or implied. Contractor/Vendor Information Sheet Please fill in all information below, type or print information clearly. Please complete the following questions and return Kenneth P. Bailey (Baileykp@state.gov) by May 13, 2022 at 1 p.m. EST. Legal Business Name:�� � ��������������������������������������������������������������������� ����������� UEID No:� ������������������������������ ����������� Mailing Address:���������� ����������������������������������������������������������������������� City, State, Zip Code:��� ����������������������������������������������������������������������� Country:���������������������� ����������������������������������������������������������������������� Toll Free Number:� ������������������������������������������ Website Address:� ������������������������������������������������������� Point of Contact:� �������������������������������������������������������������������� Phone Number:� ���������������������������������������������� ����������� Fax:� ��������������������������������������� ����������� ����������� E-mail Address:� ��������������������������������������������������������������������� ����������������������� ��� Country of Origin U.S. Firm ___ Foreign Vendor ___ Country: ___________ Size of Business: Large ___ Small ___ Corporate Status: Corporation ___ S-Corporation ___ Sole Proprietorship ___ Partnership ___ Other: _______________ Type of Ownership:���������������������������������������� Woman ___ Veteran-owned___ (Service-disabled ____) Minority___ None of the Above ___ Other: _________________ Socio-Economic Status: 8(a) Status ___ HUBZone___ Disadvantaged____ None of the Above ___ Other:_________________ DCAA-approved accounting practices:�� Yes�� ��No���� _�� Contractor/Vendor Information Sheet Questionnaire: 1. The Government intends to award a contract that limits subcontracting of Standards Services, (i.e. labor and all cost associated.) Does the prospective contractor have the resources to stand-up and fully perform this contract requirement without partnering agreements? For questions 2, 3, and 4 interested offerors must provide a description of their experience in providing the requested services, to include: contract numbers, performance period, contract value, and customer name. 2. Has the prospective contractor performed armed guard services in Germany? 3. Has the prospective contractor performed local guard services, under the NAICS code 561612-Security Guards and Patrol Services, in Germany? 4. Does the prospective contractor have experience in Germany assuming performance of contracted security services/operations from another contract? If so, please explain. 5. Does the prospective contractor currently possess active licenses and/or permits to perform both unarmed and armed local guard services in Germany? 6. Can the prospective contractor obtain a security license in Germany under your legal business name or joint venture entity name?������ 7. While performing security services in Germany, has the prospective contractor experienced any issues concerning the 613a process and its applicability? 8. Are there any areas in the draft statement of work that present excessive cost, schedule, or performance risks? If so, please provide detailed information and suggested recommendations to eliminate, reduce or mitigate the risks. 9. If you are new to the Local Guard Program, what type of activities would you include in a transition period? How long would a new contractor need to get up to speed? 10. What would be the recommended transition length to stand-up a new contract? 11. Does the prospective contractor have any comments/feedback on the DRAFT Performance Work Statement (PWS) and/or Special Contract Requirements? Interested offerors are highly encouraged to provide comments/feedback on the DRAFT documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c48129dba95e48238dfafe028ae7d7a9/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06305866-F 20220424/220422230111 (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.