SOURCES SOUGHT
R -- Federal Review Center Professional Support Services - Scope of Work
- Notice Date
- 4/15/2010
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RNCH-10-00017FRC
- Archive Date
- 5/28/2010
- Point of Contact
- Maria Tran, Phone: 202-447-5738, Cynthia F. Brown, Phone: 202-447-5590
- E-Mail Address
-
maria.tran@dhs.gov, cynthia.brown@hq.dhs.gov
(maria.tran@dhs.gov, cynthia.brown@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Professional support services to the Federal Review Center to assess, review, and provide recommendations on the approval or disapproval of Top-Screens, SVAs, SSPs and Alternative Security Plans submitted by high risk chemical facilities are necessary. 1.0 DESCRIPTION. The Department of Homeland Security, Infrastructure Protection, Infrastructure Security Compliance Division (ISCD) is developing a requirement for professional support services based upon North American Industry Classification System (NAICS) 541690. ISCD plans to institute a Federal Review Center (FRC) which will require professional assistance to assess, review, and provide recommendations on the approval or disapproval of Top-Screens, Security Vulnerability Assessments (SVAs), Site Security Plans (SSPs), and Alternative Security Plans (ASPs) submitted by high risk chemical facilities. The Review Center shall also provide support for all correspondence and actions taken against non-responsive/non-conforming facilities. The FRC will also provide documentation required as preparatory actions for inspections. This is a new program. The security requirement for this task is at a Secret level. It is projected that about 25 full time equivalents, with surge capability of up to 10 additional staff, will be required with the proper security clearances to institute this project. However, contractors will need to come up with their best business strategies to maintain the level of support required. 2.0 PURPOSE. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or any obligation on the part of the Government. The Government will utilize the information provided only to develop the acquisition strategy for the future requirements. This RFI is being conducted pursuant to Federal Acquisition Regulation (FAR) 15.201(e). No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this announcement. Not responding to this announcement does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized either on Fedbid.com and FBO.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 3.0 TARGET AUDIENCE. Only small businesses are requested to respond to this RFI. DHS ISCD is formulating an acquisition strategy that considers small business ability to participate in the acquisition, as either prime contractor, subcontractors, or teaming arrangements. 4.0 SOURCES SOUGHT. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541690. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions, Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the DHS ISCD in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the service described in the attach Scope of work. (See Attachment) Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541690 are requested to submit a response to the Contracting Officer by 28 April 2010. Responses should provide the business' DUNS number and CAGE code and include a statement of self-certification under the NAICS code. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. 5.0 REQUESTED INFORMATION. Interested vendors are requested to submit a maximum 6-pages, white paper statement of their knowledge and capabilities to perform the following: a) Demonstrate Knowledge, skills, and technical capability to meet the requirements of the Scope of Work (see attachment.) b) Demonstrate recent past experience (within the past three years or work that is on-going year) in supporting similar efforts in the assistance of professional services to assess, review, and provide recommendations for Top-Screens reviews, Security Vulnerability Assessments (SVA) reviews, Site Security Plans (SSP) reviews, and Alternate Security Plans (ASPs) reviews, submitted by high risk chemical facilities environments. c) Demonstrate ability to provide qualified personnel with knowledge of and senior experience in providing recommendations for Top-Screens reviews, Security Vulnerability Assessments (SVA) reviews, Site Security Plans (SSP) reviews, and Alternate Security Plans (ASPs) reviews, submitted by high risk chemical facilities environments. 6.0 RESPONSES. Responses to this RFI are to be submitted by e-mail to Ms. Maria.Tran@dhs.gov and RECEIVED by 12:00 PM., Eastern Standard Time (EST), 28 April 2010. Responses must be single-spaced, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RNCH-10-00017FRC/listing.html)
- Place of Performance
- Address: DC Metro Area, Washington DC, United States
- Record
- SN02122872-W 20100417/100415234958-23f8825625123da1b18ac04560d27384 (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 |