SOURCES SOUGHT
L -- Site Security Management Support � PM 735 Rehabilitation
- Notice Date
- 5/10/2022 2:19:03 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893622Q0152
- Response Due
- 5/25/2022 9:00:00 AM
- Archive Date
- 06/10/2022
- Point of Contact
- Liz Schlick, Phone: 7607933816, Tara Brandt, Phone: 7607933819
- E-Mail Address
-
elizabeth.a.schlick.civ@us.navy.mil, tara.m.brandt.civ@us.navy.mil
(elizabeth.a.schlick.civ@us.navy.mil, tara.m.brandt.civ@us.navy.mil)
- Description
- (1) INTRODUCTION AND PURPOSE: Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu is soliciting interest in capable sources to provide Intelligence Community Directive (ICD) 705 Services, Design Review, Intrusion Detection System (IDS)/Automated Entry Control System (AECS) Systems Review, Construction Projects and Review, as well as ICD 705 Training during PM 735 Rehabilitation. The ICD requirements include Sound Transmission Class (STC) ratings and Radio Frequency (RF) shielding. � The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources and their size classifications. These classifications are relative to the North American Industry Classification Systems (NAICS) code 561621 Security System Services, which has a corresponding size standard of $22,000,000. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources.� No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published.� (2) PROGRAM DESCRIPTION: The NAWCWD is requesting Site Security Management Support for PM 735 Rehabilitation. These services will account for all phases of the projects and their management phases, including conceptual design, integrated design, construction, post-construction, and accreditation and commissioning. (3) REQUIRED CAPABILITIES: The Site Security Management Support shall be compliant with Intelligence Community Standard (ICS)/ICD 705 specifications. The prime contractor shall hold a current/active Top Secret Facility Clearance Level prior to contract award which is anticipated to be on or about 01 August 2022. The prime contractor shall possess at least five years� experience of designing, building, or providing guidance on ICD 705 Projects with Naval Installations. A minimum of one prime contractor personnel shall hold a Top Secret / Sensitive Compartmented Information (TS/SCI) Security Clearance prior to contract award. To ensure rapid response for required and emergent tasking, all contractor personnel shall remain within a local/regional radius of Naval Base Ventura County Point Mugu for the duration of this contract. The local/regional radius is defined as 200 miles. (4) PLACE OF PERFORMANCE: Point Mugu, CA.� (5) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Price (FFP) contract.� (6) SPECIAL REQUIREMENTS: (7) ADDITIONAL INFORMATION: N/A� (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above� may submit a written response which shall be considered by the agency. The written response shall� reference solicitation number N6893622Q0152 and provide a capability statement that clearly� indicates the firm�s experience, assets, background, and ability to perform the required work without� compromising the quality, accuracy, reliability, and schedule.� Contractor responses shall also include the following information:� a) A reference to the solicitation number N6893622Q0152 and brief title of this announcement;� b) Company name and address;� c) Company's point of contact name, phone, fax, and e-mail;� d) Declaration as to whether a U.S. or foreign company;� e) Company size (Small or Large according to the identified NAICS and size standard identified);� f) If your company is a small business, specify type(s);� g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by� the prime and the work to be accomplished by the teaming partners;� h) A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum � responses to i & j included), demonstrating ability to perform the specific requirements discussed above.� i) An outline of previous projects related to the program description, identify specific work� previously performed or currently being performed related to the program description; and� j) Any other specific and pertinent information as pertains to this particular area of procurement that� would enhance the Government�s consideration and evaluation of the information submitted.� Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 05/25/2022, to Liz Schlick, Contract Specialist, at elizabeth.a.schlick.civ@us.navy.mil� Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. ��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9faa602167f143dd8c41bf8994c5151f/view)
- Record
- SN06323227-F 20220512/220510230059 (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 |