Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOURCES SOUGHT

R -- Judicial Facility Security Program Study

Notice Date
4/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Justice, United States Marshals Service, Judicial Security Contracts Team, Judicial Security Division Suite 616, Washington, DC, 20530-1000
 
ZIP Code
20530-1000
 
Solicitation Number
Reference-Number-MS-03-JSC-0001
 
Point of Contact
Susan Erickson, Contracting Officer, Phone 202-307-5137, Fax 202-307-9360, - John Kraus, Contracting Officer, Phone 202-307-5080, Fax 202-307-9360,
 
E-Mail Address
susan.erickson@usdoj.gov, john.kraus@usdoj.gov
 
Description
Sources Sought - MOBIS contractors only. This Sources Sought is requesting a response from Management, Organizational and Business Improvement Services (MOBIS) concerns capable of providing services in evaluating the security related services to the federal judiciary. The responsibility for providing security related services to the federal judiciary is vested in two executive branch agencies: the United States Marshals Service (USMS), a bureau within the Department of Justice, and the Federal Protective Service (FPS), an organization within the Department of Homeland Security (DOH). The contractor must provide all personnel, equipment and other items and services necessary management, supervision, manpower, materials, supplies, and equipment (except as otherwise provided) and plan, schedule, coordinate, and assure effectiveness in completing the final report. The contractor must be able to pass background investigation requirements. The program study will include a review and assessment of the effectiveness and efficiency of the current standards, policies and procedures and make recommendations for improvements for courthouse exterior and interior physical security, after hours and 24 hour security, courtroom security, the USMS Court Security Officer (CSO) program, and the uses of FPS guards in court occupied facilities. The contractor will analyze the roles and relationships among FPS, USMS and the Administrative Office of U.S. Courts (AO) and their influences on the Judicial Facility Security Program (JFSP) and identify any management problems and/or issues due to divided responsibilities and overlapping roles. The contractor will describe and analyze the potential impact of recommended changes to these relationships or responsibilities on planning, budgeting and managing the Judicial Facility Security Program. The contractor will consider and analyze the effects of staffing, organization, and operational policies and practices of security requirements and standards in the judiciary and the impact of changing technologies for the future. The contractor will assist the current security program functions and costs and will provide recommendations with supportive rationale and implementation strategies for consideration by the Director of the U.S. Marshals Service, and any other appropriate entities as may be necessary. The contractor's recommendations must be designed to promote enhanced program accountability and credibility. The Contractor will also conduct a feasibility study of a proposed uniformed "special or court security" officer division within the USMS, FPS or the AO. The Contractor will consider whether full time equivalent federal employees should replace the current contracted Court Security Officers. The North American Industry Classification System (NAICS) code for this requirement is 541611 ($1. million). Services are anticipated to commence on or about October 1, 2003. Responses to this notice must include the following: (1) capability statement to demonstrate the ability to perform these services; (2) management chart with the organization structure of the company; (3) a statement of financial resources which clearly and decisively indicate that the company can perform these services successfully; (Interested MOBIS concerns that believe they have the ability to perform these services are to submit their response as follows: (1) via USPS mail to Susan Erickson, Contract Specialist - JSC, Suite 600/CS-3, United States Marshals Service Headquarters, Washington DC 20530-1000; (2) via commercial carrier i.e., Fed Ex, UPS to Susan Erickson, Contract Specialist - JSC, Suite 600/CS-3, United States Marshals Service Headquarters, 3601 Pennsy Drive, Landover MD 20785; (3) via fax to (202) 307-9360; or (4) via email to susan.erickson@usdoj.gov . Responses must be received no later than 3:00 p.m., local time on Friday, May 2, 2003. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation. Requests for copies of a solicitation will not be honored or acknowledged. The Government does not intend to pay for information received. Information received will be considered solely for the purpose of determining whether there are any MOBIS concerns that have the ability and capability to perform these services successfully.
 
Place of Performance
Address: Federal Judicial Facilities Nationwide, ,
Country: USA
 
Record
SN00292760-W 20030403/030401213349 (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.