Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

H -- Contractor Surveillance of Construction

Notice Date
3/1/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0036
 
Response Due
3/19/2010
 
Archive Date
5/18/2010
 
Point of Contact
Jaime Jerde, 611 9744 2834
 
E-Mail Address
USACE District, Europe
(jaime.m.jerde@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Europe District (EUD) anticipates the issuance of a Request for Proposal and the award of a construction security monitoring services contract at the Wiesbaden Army Airfield (WAAF), Germany. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests.. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction security monitoring services firms who have the capabilities to complete and perform a contract of this magnitude, and to address any questions, recommendations, or concerns from Industry. Description of Services: The U.S. Army Corps of Engineers Europe District may conduct a competitive procurement for a contractor to provide construction security monitoring services at an overseas construction sites and storage areas. The Government requires Site Security Personnel (SSP) support services at an overseas facility to detect unauthorized access to internal controlled areas, to deter the introduction of unauthorized materials to the site, and to surveil the activities of construction workers.. Five types of SSP may be required: 1) Cleared American Guards (CAG), 2) Construction Surveillance Technicians (CST), 3) Team Leaders, 4) Site Security Coordinators (SSC), 5) Site Security Managers (SSM) Security Clearance requirements: Offerors must possess a Defense Security Service (DSS) Top Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess a TS FCL, as well as the joint venture. Successful offerors shall assign only U.S. citizens who possess current final Top Secret personnel security clearances for performance as Site Security Personnel on this contract. Certain domestic management personnel must possess DSS Secret personnel security clearances. Performance Period: Duration of construction is 960 calendar days from Award. Solicitation: The project solicitation will consist of two (2) phases. Phase I Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I. This agency will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth. Phase II Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed pricing in Phase II. The RFP will include a statement of work, standards, and criteria for the services that set out the project scope, construction security monitoring requirements and restrictions, documentation, expertise and security requirements. If a solicitation is issued the anticipated issuance for Phase I is June 2010. The estimated proposal due date for technical proposals is anticipated to be July 2010. Phase II of the solicitation is anticipated to be sent to qualified firms in September 2010. The estimated proposal due date for price proposals is October 2010. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation) Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in proposing on the solicitation when it is issued. Offerors capability to meet personnel requirements and security requirements. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute this requirement, comparable work performed within the past five (5) years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (CET) 19 March 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. FAX or email responses to: Ms. Jaime Jerde, Contract Specialist Email Address: Jaime.m.jerde@usace.army.mil, and Ms. Elaine Gray-Frasure, Contracting Officer, CENAU-CT, Europe District, Email address: elaine.s.gray@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Contracting Office Address: Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09049 Place of Performance: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE 09049 DE Point of Contact(s): Jaime Jerde+49 611 974 2834 Elaine Gray-Frasure, +49 611 9744 2429 Corps of Engineers, Europe District, Contracting Division
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0036/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02079711-W 20100303/100301235245-3c40468c31e3620fd69d33dd67a828ce (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.