Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2002 FBO #0321
SOURCES SOUGHT

99 -- Security Protective Force Services

Notice Date
10/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 98518 Las Vegas, NV 89193-8518
 
ZIP Code
89193-8518
 
Solicitation Number
DE-RP08-02NV14273
 
Point of Contact
Melody Bell, Contracting Officer, 702-295-0394, bellm@nv.doe.gov
 
Small Business Set-Aside
N/A
 
Description
The National Nuclear Security Administration Nevada Operations Of= fice (NNSA/NV) seeks small business sources capable of performing security protective= force services at the Nevada Test Site (NTS) and Las Vegas area NNSA/NV facilities, NNSA/NV contractor facilities, and other facilities as assigned by NNSA= /NV. The uniformed security protective force at NNSA/NV is a bargaining unit= represented by the Independent Guard Association of Nevada, a union tha= t has been in existence since the 1960s. Currently, the total armed force strength is approximately 125 guards at this time. It is anticipated the contra= ct type will be Cost Plus Award Fee (CPAF). The target date for contract award= is July 2003. The total term of the contract is anticipated to be five years. Requirements include but are not limited to the ability to (1) maintain= an Armed Security Protective Force of Department of Energy (DOE) Q-cleared= security personnel trained to paramilitary standards to provide require= d security services at the NTS, Las Vegas area NNSA/NV facilities, NNSA/N= V contractor facilities, and other facilities as assigned in accordance w= ith DOE and NNSA requirements, under both routine and emergency conditions; (2)= maintain an Armed Security Protective Force with 90 percent of the personnel qualified as Security Police Officers (SPO), otherwise known as Sensit= ive Assignment Specialist (SAS), personnel who are Personnel Assurance Prog= ram (PAP) certified in accordance with DOE Order 452.2B to protect nuclear explosive devices and Special Nuclear Material while in storage, transi= t, and/or at test/experiment locations; (3) provide an offensive SPO II Response capability in accordance with DOE Order 5632.7A Chg. 1 to counter any attempted theft or sabotage and plan for the recapture and pursuit, if required, = of nuclear explosive devices or Special Nuclear Material; (4) operate, maintain and train staff in the use of special security equipment to include but= not limited to peacekeeper and high mobility multipurpose wheeled armored vehicles with mounted M-60 machine guns, M-16A2 automatic rifles, sniper rifles,= riot equipment, mobile intrusion reconnaissance vehicles, and highly sophisticated communications and alarm systems; (5) administer and provide technical = and programmatic oversight of NNSA/NV?s Management and Operating contractor= ?s Material Control and Accountability Program; (6) provide Armed Security= Protective Force personnel to staff fixed security stations, roving pat= rols and escorts; (7) provide protection of Government property and personnel; (= 8) provide support in all areas of technical security to include but not limited to the acquisition, installation design and maintenance of Electronic Security Systems and Communication Security; (9) operate a pass and badging syst= em at two NNSA/NV facilities; (10) maintain the personnel security file syste= m and the DOE/HQ-based personnel security system; (11) integrate safeguards a= nd security into management and work practices, so contract requirements a= re accomplished while protecting the public, work and environment; (12) integrate safety into management and work practices, so contract requirements are= accomplished while protecting the public, work and environment and (13)= provide administrative and business services (i.e. accounting, budgeting, labor= relations, and human resources) to cover personnel and services address= ed by this contract . Interested entities are requested to submit a statement of capabilities= (SOC), by Friday, November 8, 2002. Small business entities including those participating in joint venturing efforts, strategic teaming, Mentor/Prot=E9g=E9e relationships or subcontracting efforts are all encouraged to submit a = SOC. The North American Industry Classification System (NAICS) code for this= procurement is 561612 Security Guard Services with a size standard of $= 10 million. The SOC, shall not exceed ten (10) pages and shall include the interest= ed entity?s complete mailing address, point of contact (name, telephone number, and e-mail address), and this solicitation number (DE-RP08-02NV14273). = In addition to a narrative statement that describes the interested entity= ?s capability to perform the thirteen (13) requirements listed above, the = SOC shall also list (1) whether the entity is a Small Disadvantaged Busines= s, Women-Owned Small Business, HubZone Certified, Veteran-Owned Small Business, Joint Venture, etc.; (2) contract or significant subcontract work perfo= rmed and a brief description of the services performed, (3) name and address of = the contracting activity, (4) name and address of the contracting officer and/or the contracting officer?s technical representative, and (5) contract number. The DOE orders referenced in this Sources Sought Synopsis can be access= ed at www.directives.doe.gov. Questions or comments regarding this announcem= ent will only be accepted if submitted by e-mail to gay@nv.doe.gov.
 
Web Link
Click here for further details regarding this notice.
(http://e-center.doe.gov/iips/busopor.nsf/Solicitation+By+Number/DE= -RP08-02NV14273?OpenDocument)
 
Record
SN00189385-W 20021019/021017213215 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.