Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2025 SAM #8509
SOURCES SOUGHT

S -- Market Survey-Western Service Area Contract Security Officer Services

Notice Date
3/12/2025 11:00:14 AM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
Market_Survey_Western_Service_Area_Contract_Security_Officer_Services
 
Response Due
3/26/2025 2:00:00 PM
 
Archive Date
04/10/2025
 
Point of Contact
Timothy Thannisch
 
E-Mail Address
timothy.g.thannisch@faa.gov
(timothy.g.thannisch@faa.gov)
 
Description
In accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2.1, Market Analysis, this is a Market Survey / Sources Sought announcement for the purpose of soliciting statements of interest and capabilities from interested vendors. Responses to this announcement will be used for informational purposes only to support the development of an acquisition strategy for Contract Security Officer (CSO) services for the Western Service Area (WSA). The information received will not be released, except as required under the Freedom of Information Act (FOIA). Proprietary information will be protected if appropriately marked. The FAA is required to procure security officer services under the National Security Officer Services (NSOS) Program. The purpose of this Market Survey/Request for Information is to survey the marketplace to assess the level of interest and capabilities among qualified providers of the required services. The acquisition strategy has not yet been finalized and the feedback received from this Market Survey may affect any small business set aside acquisition decisions, as appropriate. This is not a Screening Information Request or Request for Proposal. Description of Required Services: There is a need for CSO services for the Western Service Area (WSA). The WSA is comprised of the following states and U.S. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah and Guam. The CSOs will be responsible for providing security officer services to safeguard FAA employees and FAA facilities. Some of the duties will include, but are not limited to, protecting United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage, and terrorism. The scope of the required services to be performed by the CSOs can be found in the attached Statement of Work (SOW). The SOW is subject to change if the FAA determines it is in its best interest to issue a solicitation at a future date. This service area includes locations within the continental United States (CONUS) and outside the continental United States (OCONUS). Interested Party Responses: The FAA requests all interested businesses to submit past performance information with similar size, scope, and complexity as the attached SOW. This past performance information should include information regarding contract number, period of performance, and a detailed summary of services performed under the contract. In addition to past performance, interested businesses are requested to submit a capability statement that shows how the contractor meets the following SOW requirements: Contract Requirements: a. The Contractor�s primary business must be providing armed 24/7 CSO services. b. The Contractor must have at least five (5) consecutive years of documented experience in providing armed CSO services in four or more states concurrently. c. The Contractor must provide written evidence of armed CSO services to large facilities similar to FAA Security Level 4 staffed facility that has over 450 employees and over 150,000 square feet of space. This includes operation of automated access control, visual surveillance, intrusion detection, and x-ray scanning equipment. d. Contractor must provide evidence of active business licenses and security permits for the following states and U.S. Territory: Alaska, California, Washington, Colorado, Hawaii, Nevada, Arizona, Utah and Guam. Submission Requirements: Interested businesses are requested to provide the following Past performance information as described above (no page limit) Capability Statement as described above (not to exceed 15 pages). Company information including name, SAM UEI, POC telephone number, e-mail address, and mailing address. Interested parties' responses must be submitted by email to the Contracting Officer listed below by no later than March 26, 2025 at 5:00 PM ET. The responses must be written in Times New Roman font, size 12, with 1.0 inch top, bottom, and side margins. Any proprietary information submitted must be properly identified. Information from vendor submissions may be used in future acquisition activities on a non-vendor specific basis. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to conduct a set-aside for any future acquisition. The NAICS code for this requirement is 561612-Security Guards and Patrol Services. Responses to this market survey will assist the FAA in making decisions about any acquisition that may follow. This Market Survey must not be construed as an obligation on the part of the FAA to acquire these services. Since this is not a Screening Information Request or Request For Proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on www.sam.gov. It is the vendor�s responsibility to monitor the website for release of the solicitation. The FAA will not entertain or accept unsolicited proposals for this work. The FAA will not be liable for any costs associated with the preparation of responses to this Market Survey, nor reimburse or otherwise pay any costs incurred by any party responding to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party�s expense. The FAA may request that one, some, all, or none of the respondents to the Market Survey / Sources Sought provide additional information. Vendor participation in any informational session is not a promise for future business with the FAA. Note: The FAR references cited in SAM.gov are not applicable to the FAA as the FAA has its own policies and guidance referenced in the AMS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c00df737855417bb71099ba6ddfd518/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07370074-F 20250314/250312230046 (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.