Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

S -- ARMED GUARD SERVICES

Notice Date
7/13/2005
 
Notice Type
Modification
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-05-R-4013
 
Response Due
7/25/2005
 
Point of Contact
Judith Honold, Contract Specialist, Phone 847-688-2600x171, Fax 847-688-6567, - Sari Brindel, Contract Officer, Phone 847-688-2600x417, Fax 847-688-6567,
 
E-Mail Address
judy.honold@navy.mil, sari.brindel@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE - ARMED GUARD SERVICES, NAVAL STATION, GREAT LAKES, ILLINOIS. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources (8(a), HUBZone offerors, Service Disabled Veteran-Owned Small Businesses, and/or offerors in the general ?Small Business? category nationwide) prior to issuing the Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Navy, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical, experience, past performance and price for evaluation by the Government. The Government will not pay for any effort expended in responding to this notice. The intent of this notice is to identify potential 8(a), HUBZone offerors, Service Disabled Veteran-Owned Small Businesses, and/or offerors in the general ?Small Business? category nationwide capable of providing armed guard service at the Naval Station Great Lakes, Illinois. The NAICS Code for this proposed procurement is 561612 (the annual size standard is $10.5 Million). The period of performance for this requirement will be for a base year beginning approximately 01 November 2005 and ending 30 September 2006. Four option years will also be included with a provision that, if service is above average, additional option years may be included. The estimated magnitude of this contract is between $6 million and $8 million per year. The successful offeror to any forthcoming solicitation shall provide all required labor, material and equipment to provide Armed Security Guard Service on a 24-hour, seven day a week basis for the Naval Station Great Lakes, in Great Lakes, Illinois. The Naval Station Great Lakes consists of approximately 1,650 acres of Government real property of which the perimeter consists of land and water boundaries. Based on current staffing, we anticipate the need for a minimum of 110 armed security guards. Duties will include manning watch standing posts, providing entry control point services (guard gates), performing identification checks, performing vehicle inspections, and performing roving guard services that monitor facilities for possible criminal or suspicious activities. The successful offeror must ensure that all guards are licensed to carry firearms. In addition, the successful offeror will provide weapons that meet the criteria stated in the solicitation. The contractor security force will provide a guard force to provide perimeter and interior security for the Base. The Navy?s own security force will be responsible for all law enforcement, investigative, paramilitary, and crisis response functions on the Base with support from local, state and federal authorities as required. The contractor security force will have limited police and investigative functions only to the extent specified in the forthcoming solicitation. Lastly, the successful offeror must ensure that all guards meet the minimum requirements identified in the solicitation including no criminal record or record of conviction for drug abuse, alcohol abuse, or domestic violence and must be eligible for a Secret security clearance based on a National Agency Check (NAC). The successful offeror will also provide uniforms for all guards. STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a competitive nationwide 8(a) or HUBZone, or Service-Disabled Veteran-Owned Small Business set-aside acquisition, or a Small Business Set-Aside acquisition. Interested 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businessess, or Small Businesses nationwide must submit a Statement of Capabilities (SOC), which describes in detail the firm?s capability of providing armed security guards at the Naval Station Great Lakes, Illinois. Your SOC shall include the following: (1) Full name and address of the firm; (2) Year firm was established; (3) Names of two principals to contact (including title, telephone and fax numbers); (4) Provide proof of 8(a) certification, HUBZone Certification or Service-Disabled Veteran Owned Small Business status or Small Business status. (5) If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist. (6) Registered in the Department of Defense Central Contractor Registration (CCR) database (7) Licensed/Bonded and fully capable to perform armed guard service under the NAICS Code 561612. (8) Positive statement of eligibility as an 8(a) under NAICS Code 561612, with an average annual gross revenue of not more than $10.5 million for the last three complete fiscal years; (9) Certifications/ Resumes and past performance documentation of a minimum of five (5) previous projects completed within the last five (5) years that are similar in size, scope and complexity to this project. Include prior experience of key company personnel both in prime and all planned subcontractors, experience in providing armed guard services to a large workforce. (10) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm. Include information for similar contracts currently in progress or completed within the last five years. The following information (Government or Commercial) shall be provided for each of your references: (a) Contract Number and Project Title; (b) Name of contracting activity; (c) Administrative contract officer?s name, current telephone number; (d) Contracting officer?s technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, cost plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award and final contract value; (h) Summary of contract work. (12) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Navy to determine the firm?s qualifications to perform the defined work. The SOC must be on 8 ? by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section tabbed. Interested parties shall mail or hand deliver their responses to NAVFAC Midwest, Attention: Judith Honold, Contract Officer, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than July 25, 2005 at 4:00 p.m. local time.
 
Place of Performance
Address: RECRUIT TRAINING COMMAND, GREAT LAKES, ILLINOIS
Zip Code: 68888-5600
Country: USA
 
Record
SN00846544-W 20050715/050713212603 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.