Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

R -- Security Protection

Notice Date
2/13/2007
 
Notice Type
Modification
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2521-07-R-8502
 
Response Due
2/28/2007
 
Archive Date
3/15/2007
 
Point of Contact
Sherri Richardson, Contracting Officer, Phone 4-5229, Fax 4-6193, - Denise Green-Huneke, Contract Specialist, Phone 321-853-0750, Fax 321-853-0904,
 
E-Mail Address
sherri.richardson@patrick.af.mil, denise.green-huneke@patrick.af.mil
 
Description
This market survey is being conducted to identify potential sources interested in providing Security Protection at 45th Space Wing at Cape Canaveral Air Force Station (CCAFS). The Security Protection Force service would most likely include the following: A full Security Force service for the 45th Space Wing at CCAFS, Florida. The term "full Security Force services" refers to duties performed on USAF installations typically performed by military USAF Security Forces. The contractor shall provide a comprehensive security services program for CCAFS, Florida and its associated Eastern Range Florida Annexes. It shall include security management, operations, administration, supervision, labor, materials, supplies, and equipment (except those designated as Government-furnished) to perform all tasks related to a Security Force. This is not a contract for night watchmen or minimal guard services. It is a contract for a uniformed Security Force that is trained and armed to meet the requirements, capabilities, and quality of USAF standards in accordance with AFI 31-101 and AFI 31-201. All Security Force members will maintain a DoD Secret security clearance. The work provides for the planning, management, and operation of the security function for the protection of USAF priority and critical resources, government property, force protection, and classified information. It includes, command and control, security surveillance, security forces response (land and marine), law enforcement patrol, maintaining law and order, anti-terrorism and force protection as defined in AFI 10-245, the administration of entry to the installation and priority resources, crime prevention, security administration (reports and analysis, plans and programs), resource protection (physical and installation security and System Security Integration (SSI)), limited criminal investigation support, security forces training (to include weapons qualification), supply, and other security support services to maintain customers security needs for contingency or launch operations. The contractor shall develop and implement an Installation Security Plan in accordance with AFI 31-101 that detects hostile activity, controls entry and access to priority resources, and, if necessary, defeats a hostile force, while adhering to requirements relevant to "arming and use of force" in accordance with AFI 31-207. The nature of the Security Force mission requires that the contractor have the provisions to ensure continuous security services in the event of work stoppage or labor strikes that degrade the security services function. The contractor shall respond to all identified security problems on CCAFS. The contractor shall provide security of the perimeter of CCAFS. The contractor shall staff certain designated internal secondary perimeter posts for the protection of priority resources. Due to the mission of the 45th Space Wing at CCAFS the contractor will need the ability to surge manning for space launch operations, launch vehicle processing, and contingencies (physical security malfunctions/failures, or immediate threat conditions). Launch operations and vehicle processing are scheduled activities. In the case of physical security malfunctions/failures or threat conditions the contractor is required to meet manning requirements within two hours of notification of the malfunction/failure or implementation of the Installation Security Plan. The contractor shall provide all necessary badging equipment for entry to the installation and critical resources as defined by AFI 31-101, and subordinate instructions/directives. Security Forces vehicles shall contain the appropriate emergency equipment and identification to include emergency lighting, sirens, two-way radios, and in car video/audio evidence collection system for the primary LE patrol vehicles. On-duty Security Force members shall be armed as defined in AFI 31-101 for each prescribed duty position. The contractor will operate and maintain a primary Central Security Control (CSC) for the purpose of monitoring electronic security systems for Protection Level 1-4 resources, communications, and dispatch of security forces to security incidents or emergencies. The contractor will maintain an alternate CSC. The CSC will be operated by an armed security force member. Maintainers of such equipment are required to maintain a DoD Secret security clearance. The Contractor shall develop and maintain a Security Management Plan (SMP). This SMP will be submitted to the Security Functional, 45 SFS/S6, for concurrence. The SMP will specify the Contractor's implementation of security for priority resources. The SMP shall support the daily operational missions and threats of CCAFS plus the various contingencies to ensure security of priority resources. The plan shall include the integration of security requirements for resources protection; methodology for expanding the workforce when required to support variable security needs; command, control, and communication procedures for Security Forces; and maintenance of Security Forces personnel qualifications. The contractor would maintain public safety and the safety of the workforce. The contractor would maintain safe and secure operating locations and be flexible and innovative in protecting and preserving physical and environmental assets. The contractor would professionally manage resources and the infrastructure to ensure sustainability, reliability, energy conservation and cost efficiency of the facilities, systems and equipment at CCAFS. The contractor would provide facilities support and assure superior customer satisfaction by accomplishing the work described herein within the time limits specified, the constraints present, the schedules and budgets identified by the customer. Secret facility and safeguarding clearances will be required in the performance of this work. Companies proposing on this acquisition must be U.S. owned and personnel supporting this contract must have a minimum of a Secret Clearance. A long-term contract is anticipated, one base year and subsequent options. Multiple awards are not anticipated. North American Industry Classification System (NAICS) Code and size standard is 561612/$11.5M. Current contract information will be available via Internet at: http://www1.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-07-R-8502/listing.html Firms responding to this sources sought notice must (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. Capability statement inputs should be limited to ten (10) pages. Please respond to this announcement by 28 February 2007. Firms who state an interest in subcontracting opportunities and identify their specialty will be listed on the FedBizOpps Cape Security Interested Parties page for information purposes. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below. Points of Contact Denise Green-Huneke or Karim Hourani, Contract Specialists Phone 321-853-0750 or 0751 respectively, FAX 321-853-0904, Email denise.green-huneke@patrick.af.mil or karim.hourani@patrick.af.mil Sherri Richardson, Contracting Officer, Phone 321-494-5229, Email Sherri.richardson@patrick.af.mil.
 
Place of Performance
Address: 45th Space Wing at Cape Canaveral Air Force Station (CCAFS), Florida Annexes and other locations to include Patrick AFB,
Zip Code: 32925
Country: UNITED STATES
 
Record
SN01231261-W 20070215/070213220634 (fbodaily.com)
 
Source
FedBizOpps 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.