Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOLICITATION NOTICE

B -- Antiterrorism and Force Protection Engineering Services

Notice Date
5/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-03-R-2418
 
Response Due
7/11/2003
 
Point of Contact
Rita Bush, Contract Specialist, Phone 805-982-3927, Fax 805-982-4540, - Carol Contreras, Contracting Officer, Phone 805-982-5195, Fax 805-982-4540,
 
E-Mail Address
BushRR@cbchue.navfac.navy.mil, ContrerasCM@cbchue.navfac.navy.mil
 
Description
The Naval Facilities Engineering Command Contracts Office for the Naval Facilities Engineering Service Center is seeking antiterrorism and force protection engineering services. Services will support various DOD components as well as other government agencies. Required services may include the following tasks to be performed in any location worldwide: (1) Risk analysis vulnerability assessments (RAVAs) utilizing the RAVA methodology developed by NFESC to quantitatively measure vulnerabilities and risks associated with specific assets targeted by specific threats. This includes recommendation of innovative security countermeasures to mitigate those vulnerabilities; (2) Force protection engineering studies (FPES) based on the latest version of the Department of Defense Minimum Antiterrorism Standards for Buildings (UFC-4-010-1); (3) Entry control point study (ECPS) to identify conceptual layouts associated with vehicle and/or pedestrian entry control points; (4) Conducting antiterrorism workshops/training worldwide using government developed and controlled curriculum; and (5) Blast analysis studies (BAS) used to calculate blast overpressure effect of structure, humans, and other critical assets. REQUIRED response time for proposal submittal on any task shall be one (1) week. In addition the same contractor may be tasked to procure equipment or perform construction projects related to the countermeasure developed in the assessment phase of the effort. All processes used to perform the assessments and the training will be provided and controlled by the Government. SPECIAL CONSIDERATIONS/REQUIREMENTS: IT IS CRITICAL THAT THE CONTRACTOR BE ABLE TO RESPOND TO TASKS WITHIN A SHORT TIMEFRAME; HAVE THE RESOURCES TO BE DEPLOYABLE WORLDWIDE; AND HAVE THE RESOURCES AND PERSONNEL AVAILABLE TO PERFORM TASKS CONCURRENTLY AT MULTIPLE LOCATIONS WORLDWIDE. PERSONNEL SECURITY CLEARANCE: PROGRAM MANAGER SHOULD HAVE TOP SECRET CLEARANCE. OTHER PERSONNEL REQUIRE SECRET UNLESS INDIVIDUAL TASK REQUIRES TOP SECRET. The Navy anticipates an Indefinite Delivery Indefinite Quantity Firm Fixed Price Contract to be issued for one base year with four one-year options. This procurement is 100% UNRESTRICTED with a North American Industry Classification System (NAICS) code of 541690, Security Consulting Services, with size standard of $6.0M. This solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on the NAVFAC E-Solicitation website at http://www.esol.navfac.navy.mil The solicitation should be available for review on the website on or around June 9, 2003, the closing date will be thirty days after posting. It shall be the contractor?s responsibility to check the websites for any amendments. Qualified parties are required to register for the solicitation at the NAVFAC E-Solicitation website. The Contractor is required to register with the Department of Defense Central Contractor Registration (CCR). No contract award will be made to any contractor that is not already registered or in the process of registering. The DOD CCR can be reached at (888) 352-9333 or dlsc-cso@dlsc.mil. The solicitation will be limited to those potential offerors that meet the above required security clearances.
 
Place of Performance
Address: Address: To Be Determined
 
Record
SN00320536-W 20030510/030508213623 (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.