Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
SOURCES SOUGHT

R -- DISASTER PREPAREDNESS, ANTI-TERRORISM AND FORCE PROTECTION TRAINING AND RELATED SERVICES, ON-SITE SPECIALIST(S) WITH TS/SCI CLEARANCES REQUIREMENT

Notice Date
7/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-03-R-0039
 
Response Due
8/4/2003
 
Archive Date
10/3/2003
 
Point of Contact
Dolly Tokasz, 410-962-3953
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(dolly.tokasz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The intention of this solicitation is to obtain Disaster Preparedness, Anti-Terrorism, and Force Protection (DP/AT/FP) Services for the National Imagery and Mapping Agency (NIMA). Services are required at NIMA-Dulles North located in Sterling, Virginia. These services are essential for successful accomplishment of NIMA??????s mission. The Contractor shall support the NIMA Core Values. The general requirements are for the contractor to furnish all labor, supervision, tools, supplies, materials, equipment , transportation, and management necessary for the performance of the contract requirements. All work shall meet the standards specified herein and shall be accomplished in conformance with applicable industry, Federal, State, local, and NIMA standards, statutes and regulations. The Contractor shall provide an on-site specialist who will be responsible for directing, scheduling, and coordinating all associated work performed at the Dulles North facility. The Specialist shall have a Top Secret/SCI cleara nce. The Specialist shall meet the qualifications as specified in Annex 1. Contractor shall submit a DD254. The Contractor shall manage the total work effort associated with the DP/AT/FP requirements and all other services required herein to ensure fully adequate and timely completion of these services. Such management includes, but is not limited to, planning, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, and quality control. In addition, the Con tractor shall be responsible for the development, revision and publication of the DPP for the Dulles-North site; maintaining liaison with all business units for effective establishment and maintenance of a comprehensive disaster preparedness capability; en suring an effective Disaster Control Staff (DCS) is assigned, trained, equipped and prepared to respond to an emergency or disaster; conducting DP exercises on a semi-annual basis; establishing and maintaining close liaison with local, state, and federal e mergency preparedness authorities to ensure plans and procedures of mutual interest are coordinated and implemented; and acting as the Site Manager's advisor on DP issues and actions. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 60% of the total p lanned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SBD), including Historically Black Colleges and Universities or Minority Institutions, and 8% with women Owned Small Businesses (WOSB) 3% Hubzone Small Businesses, 3% Service Disabled Veteran and 3% for Veteran-owned Small Business. The plan is not required with this submittal. SELECTION CRITERIA: The selected firm shall have the capability to provide a TS/SCI cleared employee for on-site work, training, organizational skills, Evaluation of the following significant factors in the priority listed: (1) Specialized experience of the firm in evaluation of situations and operat ions involving disaster preparedness, anti-terrorism/force protection (AT/FP) services. (3) Professional qualifications of the firm??????s staff and consultants to be assigned this project. (4) Past experience, if any, of the firm with respect to perform ance on Department of Defense contracts, or other contracts. (5) Capacity of the firm to accomplish the work. (6) Volume of work previously awarded by the Department of Defense to the firm with the object of effecting an equitable distribution of contract s among qualified firms, including minority-owned or small business firms and firms that have not had prior Department of Defense contracts. Questions concerning this project can be emailed to Mrs. Dolly Tokasz at dolly.tokasz@nab 02.usace.army.mil. Technical questions should be directed to Mr. Douglas Schuler, 301-604-3524. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three copies of Resume/Technical Qualifications no later th an 4 August 2003, c.o.b. Please forward the completed package to the Baltimore District Corps of Engineers, City Crescent Building, Attn: Dolly Tokasz, Room 7200-G, 10 South Howard Street, Baltimore MD 21201-2530. In order to comply with the Debt Colle ction Improvement Act of 1996, all contractors must be registered in the Central contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration, contact: (1) CCR Web site at http://www.acq.osd.mi l/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database the web site is http://fedecnavigator.disa.mil. This is not a request for a proposal.
 
Place of Performance
Address: NATIONAL IMAGERY AND MAPPING AGENCY DULLES - NORTH FACILITY STERLING VA
Zip Code: 20166
Country: US
 
Record
SN00375271-W 20030720/030718213819 (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.