Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

R -- Reconstruction Security Support Services

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-10-R-0129
 
Response Due
3/4/2010
 
Archive Date
5/3/2010
 
Point of Contact
Samuel Bennett, 309-782-5116
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(samuel.bennett1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION. Rock Island Contracting Center is seeking information for potential sources regarding industry service support available to provide Reconstruction Security Support Services (RSSS) to the Gulf Region District (GRD), United States Army Corps of Engineers (USACE). The results of this sources sought will be utilized to determine if commercial services are available to meet the Governments needs and refine the PWS (Draft Attached). This information is needed prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). PLACE OF PERFORMANCE Iraqi Theater of Operations (ITO) ELIGIBILITY The appropriate North American Industry Classification System (NAICS) Code is 561612. It is anticipated that the basis for award of the resultant contract will be Best Value to the Government. PROGRAM/CONTRACT BACKGROUND Reconstruction efforts are a vital component to Iraqs progress toward economic and political stability. The United States Army Corps of Engineers (USACE) Gulf Region District (GRD) requires Contractor security services to protect USACE military, civilian and contractor personnel in the Iraqi Theater of Operations (ITO). Working in conjunction with military and civilian authorities, the Contractor will continuously gather, interpret, and expeditiously apply information on the security situation throughout Iraq. Based on the threat interpretation, the Contractor will provide guidance and coordination for the security planning and protection of USACE personnel as they deploy, occupy work sites, and perform reconstruction activities throughout Iraq by provision of Security Escort Teams (SET), Reconstruction Liaison Teams (RLT) services, and static guard forces. REQUIRED CAPABILITIES A draft Performance Work Statement (PWS) is attached for review. The period of performance shall consist of one base year plus two 6 month option periods with performance commencing approximately 31 July 2010. The contract type is anticipated to be a basic contract with Firm Fixed Price (FFP) and cost reimbursable CLINs. SUBMISSION DETAILS Feedback from industry is being sought on the PWS. Please provide comments. In addition to providing comments on the PWS, interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description, and draft PWS. Capability statements shall also address the following questions: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can your company or has your company managed a task of this nature? If so, please provide details. 3. What specific technical skills does your company possess which ensure your companys capability to perform the tasks? Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. Interested business responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to Contract Specialist, Samuel Bennett, in Microsoft Word or Portable Document Format (PDF) at Samuel.bennett1@us.army.mil. All responsible sources are encouraged to submit a response to this notice no later than March 4, 2010 by 1500 hours CST. All responses shall include Company Name, Company Address, CAGE code, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation, which will be posted at https://www.fbo.gov/ on or about March 22, 2010. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bc0a196819e351e469e1b213325960c)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02076974-W 20100227/100226095152-3bc0a196819e351e469e1b213325960c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.