SOURCES SOUGHT
99 -- FACILITY ACCESS CONTROL AT TINKER AIR FORCE BASE
- Notice Date
- 9/19/2023 8:03:04 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA8621 AFLCMC WNSK SIMS WRIGHT PATTERSON AFB OH 45433-7249 USA
- ZIP Code
- 45433-7249
- Solicitation Number
- FA8621-23-C-0000
- Response Due
- 9/27/2023 2:00:00 PM
- Archive Date
- 09/27/2023
- Point of Contact
- Julianne Payne, Nicholas Kimmey
- E-Mail Address
-
julianne.payne@us.af.mil, nicholas.kimmey@us.af.mil
(julianne.payne@us.af.mil, nicholas.kimmey@us.af.mil)
- Description
- REQUEST FOR INFORMATION DESCRIPTION: Facility Access and Control Sources Sought Synopsis (SSS) Purpose: The United States Government (USG) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements that provide Facility Access and Control for a total period of performance of six months, one 2-month base period and two 2-month options.� This Sources Sought posting is a Request for Information (RFI) and is for informational and planning purposes only.� This is NOT a Request for Proposal (RFP) and a formal solicitation is not available. This notice does not constitute a commitment by the USG to issue an RFP, contract, order, or agreement.� No reimbursement will be made for costs associated with providing information in response to this RFI. Responses to this notice are not offers and will not be accepted by the USG to form a binding contract or agreement.� Responses to the RFI will not be returned. Instructions for Responses: Below is a document containing a description of the requirements and a Contractor Capability Survey, which allows you to provide your company�s capability to meet the requirements.� If, after reviewing, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the USG being unable to adequately assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience and/or capabilities to perform that portion of the requirement. Both large and small businesses are encouraged to participate. Questions relative to this market research should be addressed to Nicholas Kimmey (Contract Specialist / CS) nicholas.kimmey@us.af.mil, and Julianne Payne (Procurement Contracting Officer / PCO) at julianne.payne@us.af.mil. � Requirements: Below is a list of the key requirements for the six month effort: Program Management The Contractor shall establish and maintain a program management system to plan, direct, integrate, and control the administrative, management, logistical, financial, and support functions, as applicable. � Contract Work Breakdown Structure (CWBS) The Contractor shall develop and maintain the CWBS, using MIL-HDBK-881 A. �The CWBS shall encompass the total contracted effort and be extended to lowest manageable units of work. The Contractor shall use the CWBS for contract planning and managing, as well as outlining costs and schedule. Building 202 Facility Access and Control The Contractor shall control access to Building 202 at Tinker Air Force Base (AFB), Oklahoma.� Access Control is defined as opening/closing the facility and safes, sign in/sign out duties, entry/exit inspections, and end-of-day security checks for all classified containers. The Contractor shall have responsibility for access control for all areas including, but not limited to, the equipment room, administrative facilities, instructor operator station room, briefing/debriefing facilities, mission console area, and any internal hallways. The Contractor shall provide a facility security procedures checklist for each area.� The checklist is subject to USG approval prior to work beginning. �In case of an actual emergency, the COR or building custodian may provide access to these areas for emergency personnel if Contractor personnel are not available. The Contractor will be notified, as soon as practical, of the existence of an emergency. The Contractor shall comply with existing USG security procedures and the Facility Security Plan at the site. The Contractor shall ensure the internal security program will support both access to and physical security of the facility as required to meet the requirements of the DD Form 254, the contract, and local procedures. The Contractor shall control the access of all personnel to the facilities using the computer access card (CAC) badge system. The Contractor shall control access of USG and Contractor personnel to the facilities as indicated on the USG-provided access list. �The Contractor shall develop and implement a process to maintain sign-in logbooks IAW Program Security Manager (PSM) to include access lists, visitor logs, etc. These records shall be maintained and made available to appropriate USG officials. The Contractor shall maintain a log of all individuals who have had access to the facility. This log shall include at least name, organization/affiliation, and times/dates of entry to the facility. Current logbooks shall be made available to appropriate USG officials. Completed logbook (Visitors Register Log sheets) will be routed to and maintained by the PSM. All Contractor personnel within the facility during operations shall have security clearances to the highest level of data being processed. At least one Contractor person(s) possessing the highest level of security authorized in the facility shall remain in the facility when occupied (exceptions IAW SOPs). The Contractor shall escort all Contractor-hosted visitors (Contractor visitors, cleaning crews, authorized personnel performing short-duration building maintenance/upkeep not to exceed one hour, etc.). �The USG will escort all other visitors, plus long-term building maintenance/upkeep efforts, unless additional security escorts have been ordered for that period. �The Contractor shall control access into and out of the facility and be responsible for securing the facilities whenever last to vacate. The Contractor shall receive all door and safe lock combinations from the PSM. �The Contractor shall be responsible for opening and closing the facilities during normal duty hours. The Contractor shall not modify or change the USG access control system to include database changes. The Contractor shall inform the USG of access control equipment problems. The Contractor shall continue to perform access control if the equipment problems do not prevent automated control. Should the equipment problems prevent automated control, the Contractor shall perform access control until an authorized Contractor representative has notified the USG of the equipment problems and the USG has assumed temporary access control responsibility. The Contractor shall immediately resume access control responsibility after access control equipment has been repaired. The Contractor shall be responsible to report any suspected violations IAW USG-approved SOPs. Security Escort Service Surge Security escort service surge time may be required. �Requests for security escort service will be short-term, non-persistent requirements. Upon USG request of security escort service surge, the Contractor shall review the request and notify the Contracting Officer if the request can be supported. If the request cannot fully be supported, the Contractor shall advise the contracting officer what level of support can be provided. Access Control for Surge Operations When ordered or authorized by the Contracting Officer, the Contractor shall perform access control duties during periods of surge operations. Surge operations are any period of time outside the consecutive normal duty hour day including Saturdays, Sundays, and holidays. Key Control The Contractor shall establish and implement procedures of ensuring all keys issued to the Contractor, by the USG, are not lost or misplaced and are not used by unauthorized persons. Keys issued by the USG shall not be duplicated. The Contractor shall report all occurrences of lost or duplicated keys to the COR. �In the event keys, other than master keys, are lost or duplicated, the Contractor shall be required, upon direction of the COR, to re-key or replace the affected lock(s). If the USG, at its option, replaces the affected locks or performs re-keying; the total cost incurred will be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks will be replaced by the USG and total costs incurred deducted from the monthly payment due the Contractor. Combination Control The Contractor shall establish and implement procedures to ensure all lock combinations are not revealed to unauthorized persons. �The PSM shall provide all combinations to the Contractor and COR. Safe Combinations The Contractor shall establish and implement methods of ensuring that no safe combinations are revealed to unauthorized persons. Cipher Control The PSM shall issue and develop procedures covering cipher issue/changing control. The Contractor shall prohibit the use of the cipher combination by any person other than the Contractor's employees or appropriate USG personnel. The Contractor shall also prohibit the opening of locked areas by the Contractor�s employees to permit entrance of persons other than Contractor's employees engaged in the performance of assigned work in those areas. Contractor Capability Survey Facility Access and Control Part I.� Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: Company Name:�� Address:��������������� Point of Contact:�� CAGE Code:������� Phone Number:���� E-mail Address:��� Web Page URL:��� North American Industry Classification System (NAICS) Code:� 561210 The NAICS Code for this action is 561210 ($47M).� Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������������������������������������������� (Yes / No) Woman Owned Small Business��������������������������������������������������������� (Yes / No) Economically Disadvantaged Woman-Owned Small Business�������� (Yes / No) Small Disadvantaged Business���������������������������������������������������������� (Yes / No) 8(a) Certified������������������������������������������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������������������������������������������� (Yes / No) Veteran Owned Small Business��������������������������������������������������������� (Yes / No) Service-Disabled Small Business������������������������������������������������������ (Yes / No) Registered in System for Award Management (SAM)��������������������� (Yes / No)* A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership): *All prospective Contractors must be registered in the SAM database to be awarded a DoD contract. If your company is not registered, please describe what steps you are taking to become registered in SAM. Part II. Capabilities: Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Describe your company�s competencies and experience in access control of facilities. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers).� Provide no more than two examples and state whether you were the prime or subcontractor.� The USG is contemplating a Firm-Fixed-Price contract. The period of performance is anticipated to be six months, one 2-month base period and two 2-month options. Describe your company�s capability to execute a contract of this type/length. Assuming a contract award 18 December 2023, describe how your company would ramp up to support the effort beginning 01 January 2024. No set-aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability.� Note that a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime Contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting.� Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� Teaming, subcontracting and/or joint venture arrangements should be clearly delineated and previous experience in teaming must be provided. The acquisition strategy for this source selection has not yet been decided.� If this effort is a full and open fair opportunity selection, small business utilization will be considered.� Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If your company is capable of some, but not all, of the consolidated requirements stated, please provide a response that explains the requirements for which you are capable and how they would be integrated into the total requirement. Part III. Request for Information: Identify the top three risks you foresee in executing this acquisition. Accompany the risks with potential mitigation strategies. What data will you require of the USG to assemble a proposal for this effort? Are there any other relevant topics, concerns, and/or information that you believe will help the USG in forming an acquisition strategy? Part IV. Communication: If you choose to respond, e-mail your responses to nicholas.kimmey@us.af.mil, and julianne.payne@us.af.mil.� Marketing materials are considered an insufficient response and direct/succinct responses are preferred. All responses must be received no later than 5:00 pm EST 27 September 2023.� Your response should be no more than eight pages (8.5x11 inches); MS Word; 12-point font, one-inch margins.� In addition, identify a representative to support further USG inquiries and requests for clarification of the information provided, if needed.� Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6c7284bf395d4444b73c27bc4aa97e85/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN06837783-F 20230921/230919230058 (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 |