Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

R -- Security Support Services Consultant

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Readiness and Operations Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-08-R-0151
 
Point of Contact
Lilian Hutchinson,, Phone: 2026462804, Sam Ansani,, Phone: 202-646-3578
 
E-Mail Address
lilian.hutchinson@dhs.gov, sam.ansani@dhs.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Security Support Services Consultant Description The Government requires Security Support Services. The Department of Homeland Security, Federal Emergency Management Agency's primary mission is to reduce the loss of life and property and protect the Nation from all hazards, including natural disasters, acts of terrorism, and other manmade disasters, by leading and supporting the Nation in a risk-based, comprehensive emergency management system of preparedness, protection, response, recovery, and mitigation. This requirement will be set aside for exclusive competition by participants in the Small Business Administration's 8(a) program. The North American Industry Classification System (NAICS) Code for this procurement is 541611 - Administrative Management and General Management Consulting Services and the Small Business size standard is $6.5 million in average annual receipts over the past three years. To be eligible for award, offerors must be registered with the Central contractor Registry at www.ccr.gov. Additionally, Representations and Certifications must be completed at http://orca.bpn.gov. FEMA's Security Division plays a vital role in the overall mission of the agency, by managing the physical, industrial, technical, and personnel security programs for the agency. The Physical Security Branch is responsible for the management and coordination of Agency-Wide security programs; providing security program and technical direction and support to FEMA program offices and field elements; developing and administering FEMA security programs, including the promulgation of policy and procedures and risk assessments; and performing oversight and evaluation of activities for security program elements and, as necessary, formulate or revise policy related to security programs, and coordinating these changes with other FEMA programs. The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Security Division, Physical Security Branch, requires security support services to adequately and effectively perform and accomplish various tasks relating to day-to-day security mission requirements. This multi-tasking effort requires professional and technical expertise in industrial, physical, and technical security disciplines. Specifically, performance is required in the areas of access control and alarm systems, intrusion detection systems, closed circuit television systems, technical surveillance countermeasures, risk and threat assessments, key and locks control, locksmithing, and credentials and identification badges. The contractor shall furnish all necessary personnel and services as may be required to perform the work. Services will be performed in FEMA Physical Security Branch or other designated FEMA facilities as required. The contractor shall designate a senior employee for the accountability of other on-site contractor employees. The contractor shall participate in special projects and studies affecting the overall security of FEMA facilities and property. All contractor personnel will be fully trained, knowledgeable, and current and proficient in all security systems and services relating to this contract. All contractor personnel performing on this contract must have a final Top Secret security clearance, with SCI eligibility, based on a favorable single scope background investigation. The contractor shall exercise oversight of all facets of the contract to include interfacing with the Contracting Officer, Project Officer, and key member's of the Project Officer's staff. This includes the contractor processing of corporate time and attendance accountability, local travel, and travel. Ensure that suspense requirements are met and that products and support services are in accordance with contractual requirements. The contractor shall present oral briefings to the FEMA Project Officer and other interested FEMA personnel, as directed by the Project Officer, covering the entire scope of this effort. These project briefings shall occur no less frequently than quarterly to ensure adequate coordination of all contractual efforts. Conduct project briefings in support of the Physical Security Branch. The government intends to award a Time & Material (T&M), Firm-Fixed-Price (FFP) Hybrid type contract. In addition, in awarding this contract, the government will use the procedures established in FAR Part 15. It is anticipated that the period of performance will be for one base year plus four one-year option periods. The Request for Proposal (RFP) will be available on the FedBizOpps website at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor FedBizOpps for the release of the solicitation and any amendments that may follow. The final RFP should be available for downloading on or about fifteen (15) days after publication of this announcement. Requests for hard copy of the solicitation may be made via email at lilian.hutchinson@dhs.gov or fax number (202) 646-1765. Offerors are cautioned to include the Solicitation Number HSFEHQ-08-R-0151 on all documentation submitted in response to this requirement. Written technical proposals and business proposals will be required approximately 30 days following the RFP issue date. Contract award will be based on best-value tradeoff analysis that will result in best value to the Government where technical merit is significantly more important than cost/price. The estimated award is 15 December 2008 subject to FAR 52.232-19 Availability of Funds. The Interested Vendors List (IVL) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information in the portal to help maximize teaming arrangements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c86c2c84689652a985f41e43f3ccf0be&tab=core&_cview=1)
 
Place of Performance
Address: Federal Emergency Management Agency, 500 C Street SW, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01652325-W 20080829/080827220511-c86c2c84689652a985f41e43f3ccf0be (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.