Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2001 FBO #0013
PRESOLICITATION NOTICE

R -- SECURITY SURVEY

Notice Date
12/13/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Housing and Urban Development, Office of Procurement and Contracts (OPC), Administrative Support Division, NCA, 451 Seventh Street, S.W. Room 5256, Washington, DC, 20410
 
ZIP Code
20410
 
Solicitation Number
S2QNCAA0002
 
Response Due
12/28/2001
 
Archive Date
1/12/2002
 
Point of Contact
Catherine Pinkney, Purchasing Agent, Phone 202-708-1772 x7125, Fax 202-708-2933, - Amelia McCormick, Support Branch Chief, Admin Support Div, Phone 202-708-1772 x7127, Fax 202-708-2933,
 
E-Mail Address
Catherine_B._Pinkney@hud.gov, Amelia_E._McCormick@hud.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Housing and Urban Development (HUD) has a requirement for three (3) contractors to conduct a full and thorough survey and technical security assessment of all HUD sites. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. as, supplemented with additional information included in this notice, Solicitation "S2QNCAA0002" is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, the following clauses apply: 52.212-1: Instruction to Offerors, 52.212.2: Evaluation-Commercial Items, 52.212-4: Contract Terms and Conditions-Commercial Items and 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. All Offerors are advised to complete a copy of the provision at 52.212-3: Offeror Representations and Certifications-Commercial Items with their offer. This acquisition is 100% "Small Business Set-Aside. The NAICS code is 541690 and the Small Business Size Standard is $5.0 million. This is a labor hour acquisition. Interested sources wishing to receive electronic notification of HUD presolicitation notices, solicitations and amendments are encouraged to register from the Govetnmentwide Federal Business Opportunities (FEDBizOpps) internet site at http://www.fedbisopps.gov. SECURITY SURVEY Statement of Work I. Background: Following the September 11, 2001, terrorist attack on the World Trade Center and the Pentagon, the Deputy Secretary of the Department of Housing and Urban Development (HUD) directed an assessment of the vulnerability of HUD buildings nationwide, particularly to acts of terrorism and other acts of violence. This study will make recommendations and address security standards in light of the changing environment of heightened risk. In order to accomplish this study (3) three security experts are required to conduct a full assessment of HUD field sites and report their recommendations to a senior executive panel for appropriate implementation. The three experts should be at the GS - 15 Level. The breakdown of the positions is: Two (2) Security experts One (1) Technical Security experts II. Scope of Requirements The requirements for this procurement are to conduct a full and thorough security survey and technical security assessment of HUD field sites, that will include a global assessment of both internal and external risk factors from potential terrorist acts and workplace violence. Such assessment will include potential threats from fire, chemical, radiological and biological agents and other natural disasters. III. Tasks and Schedule Requirements The following are the services required by two (2) Security Experts and one (1) Technical Security Expert. A. Commencing five days from the date of award. - Meet with senior HUD officials to include CIO and EAP officials to coordinate final reporting and security cost estimates. All your direction and guidance will be coordinated through the Director of Security. Meet with security officials at the Departments of Labor, Veterans Affairs and Treasury to discuss similar programs and other security issues. In addition, determine an appropriate course of action and within compliance with all federal security minimum standards. Review the Federal Vulnerability Assessment Standards and their amended procedures, review current Federal Security Survey Standards and prepare a format applicable to HUD's specific security needs. Review resource materials provide by DHUD (e.g. position description, organizational charts and mission statement. B. Commencing 15 days from the date of award. - Begin travel to on-site offices to meet with senior field managers and conduct security assessments of HUD sites with a maximum of three (3) days on each site. Site selection are to be coordinated with the Director of Security and ASC Directors (Chicago, Atlanta and Denver). You are to keep the Director of Security informed of any problems or concerns that may arise. All site visits are to include recommendations regarding security basics, risk criteria and assessment; risk of physical attack/assault by criminal element; risk of burglary; risk of kidnapping and extortion; control of entry/exits and movement while on premises; identification badges; physical barriers; fences; gates; walls; area outside of property; embankments; lighting; locks; keys and fire alarms. If applicable, background investigations of certain staff; liaison with federal and local law enforcement agencies to include FBI and FPS. The technical security expert, in addition to the above requirements, needs to address audio counter measures; munitions countermeasures and knowledge of state-of-art computer and technical support. C. Throughout the period of this contract - Meet routinely with members of the senior executive panel and present the results of those completed security assessments and other related documents in draft to include drawings and charts for review. D. Final reports completed and presentations made to senior executive panel with recommendations seven months from the award date of this contract. The Government reserves the right to add additional sites and hourly loaded rates as provided in the Purchase Order. IV. Resume Requirements Each applicant is required to submit a resume and references. V. Proposed Sites for Security Surveys The sites are listed in priorities per each site. ASC-1 Philadelphia Buffalo Cleveland Newark Baltimore Minneapolis Richmond Bangor Indianapolis Pittsburgh Washington DC Hartford Albany ASC-2 George State Office Texas State Office Caribbean Office Jacksonville Area Office Oklahoma San Antonio ASC-3 Denver Kansas City, KS Los Angeles Portland VI. Timeframe for Assessments The timeframe involved to perform the assessm is approximately 2 to 3 work days per site. Total estimated hours is 600 hours per person for a total of 1800 hours for project completion. VII. Period of Performance Seven (7) months from date of award SECURITY SURVEY Evaluation Criteria and Factors 1. EXPERIENCE Applicants must have extensive experience (15 years) in conducting security surveys and protective advances at major federal facilities and their sites. Applicants must have held a T/S clearance and had worked on highly sensitive and classified programs. Applicants must have interfaced with senior government and corporate officials on sensitive and classified programs. Must have instructed in Workplace Violence and other train-the-trainer presentations. Demonstrated a professional appearance, demeanor and successfully presented recommendations that were practical and cost effective. In addition to the above criteria, the technical security applicant must also have an extensive background (15 years) with a federal security police force. Applicant must be an expert with audio counter and munitions countermeasures and working knowledge of security state-of- the-art computer and technical equipment. 2. REFERENCES Applicants must have creditable references from work performed within the last 3 years. The work performed should be in accordance with Evaluation Criteria number 1. Vendors will be evaluated based on the above referenced factors. Each vendor's response to the evaluation factors will be assigned one of the following adjective ratings: a) Excellent b) Good c) Fair d) Poor e) Unsatisfactory Please fax any questions, on company letterhead, that you my have no later than 12/27/01, 9:00am, eastern standard time, NO QUESTIONS WILL BE ANSWERED AFTER THE DATE AND TIME SPECIFIED to: Catherine B. Pinkney (202) 708-2933 All proposals are to be expressed mailed to the following address no later than 12/28/01, 3:00pm, eastern standard time: It is requested that you do not use the United States Postal Services' next day delivery service. Most proposals are usually sent by FEDEX, or another similar type of express mail service. Department of Housing and Urban Development Office of Procurement and Contracts Room 5266 451 7th St., SW Washington, DC 20410 Attn: Catherine B. Pinkney
 
Record
SN20011213/00006137-011214104521 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO 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.