Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOURCES SOUGHT

S -- Protective Force Services - Nevada Site Office

Notice Date
6/22/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NNSA Service CenterU.S. Department of EnergyNNSA Service CenterP.O. Box 5400AlbuquerqueNM87185-5400
 
ZIP Code
87185-5400
 
Solicitation Number
DE-SOL-0002014
 
Response Due
7/7/2010
 
Archive Date
8/6/2010
 
Point of Contact
Veltman, Larry P 505-845-4847, LVeltman@doeal.gov
 
E-Mail Address
Veltman, Larry P
(LVeltman@doeal.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Energy?s (DOE) National Nuclear Security Administration Nevada Site Office (NNSA/NSO) seeks small businesses, small business-led teams, and joint ventures that qualify as small business capable of performing security protective force services at the Nevada Test Site (NTS), the Remote Sensing Laboratory (RSL) on the northeast portion of Nellis Air Force Base, and the North Las Vegas (NLV) Complex. This sources sought announcement is intended to determine whether this acquisition for protective force services is appropriate for Small Business Set-Aside. The uniformed security protective force at NNSA/NSO is a bargaining unit represented by the Independent Guard Association of Nevada (IGAN), a union that has been in existence since the 1960s. The successful offeror would be bound by the terms of the current Collective Bargaining Agreement (CBA) which was effective in 2009 and expires in 2014. A copy of the current IGAN Agreement can be obtained b y contacting the current Contract Specialist or Contracting Officer. The actual Protective Force strength is dependent upon operational and funding requirements and is currently authorized at 235 Security Police Officers and 55 Duty Officers. It is anticipated the contract type will be a Performance Based Fixed Labor Rate with Cost-Only Reimbursable Other Direct Costs and Award-Fee Hybrid. The total term of the contract is anticipated to be five years.The overall objective of this contract is to provide continuous protective force services 24 hours a day, 365 days per year at the NNSA/NTS, RSL, and NLV in accordance with DOE and NNSA requirements under both routine and emergency conditions. The mission of the Security Protective Force Contractor is the physical protection of security interests to include Nuclear Explosive Devices, Special Nuclear Material (SNM), National Security Operations and Vital Equipment, Classified and Sensitive Information, Property, and Unclassified Facilities. A detailed description of the considerations and requirements is listed in the attached draft Performance Work Statement (PWS). The purpose of this announcement is solely to determine the availability of small businesses having interest and capability to provide protective force services for the NNSA/NSO supported sites. The estimated date for Request for Proposal (RFP) release is during the 1st Qtr, FY2011. Interested small businesses, small business-led teams, and joint ventures that qualify as small businesses are encouraged to submit a Statement of Capability (SOC). The SOC must address both technical and financial capability for a total estimated 5-year contract effort in excess of $300M. The technical SOC must include the following information:1.Company Name and Mailing Address.2.Point of Contact (name, title, telephone number.)3.Type of Small Business (Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Veteran-Owned Small Business, etc.)4.A brief statement describing how your company might propose performing the percentage of work outlined in the Federal Acquisition Regulation (FAR) 52.219-14(b)(1) under any of the following business models ? (a) a single small business performs a majority of the tasks outlined in the PWS as a prime contractor; (b) an affiliation and/or small business led team where a performance of the entire or majority portion of the PWS is completed by the small business team as a prime contractor; or (c) a single or affiliation/team of small businesses as a joint venture with a large business (qualifying as a small business), performing the entire PWS (NOTE: If more than one firm is contemplated, include the capabilities of the other firms and identify which aspects of the PWS would likely be performed by which firm.)5.A brief summary of your company experience and past performance within the last 5 years as it relates to the requirements outlined in the PWS, specifically focusing on: a.Company?s capability to train, field, and deploy a tactical paramilitary force as detailed in Sections IV and VI of the PWS;b.Company?s capability to identify and deploy cutting-edge security technologies as outlined in Section VII of the PWS; andc.Company?s capability to engage in Vulnerability Assessments (VAs) commensurate with the DOE?s Threat Policy indicated in Sections IV and VI of the PWS.Each company experience (Government or Commercial) summary should include:a.Contract/project title and ID number; b.Brief description of the project;c.Client/customer point of contact (name, address, phone number);d.Dollar value of the contract/project;e.Period of performance of contract/project;f.Relevance of contract/project to this PWS; andg.Past performance rating demonstrating the capability of the firm(s) to successfully perform the work outlined in the PWS.The financial SOC form is included as a separate attachment that must be completed to ascertain whether the potential offeror has (or will have) the financial capability to meet the cash flow requirements of the anticipated contract. All financial information provided will be treated as proprietary data and will not be disclosed outside the Government evaluation team. Refusal to submit the financial SOC form will result in an assumption of insufficient financial capability. In addition to the required financial SOC form, we request interested contractors review and complete the attached Accounting System Survey questionnaire. Any contractor considered for award of this contract will be required to have a functional accounting system in place prior to award that is determined adequate for accumulating and reporting costs applicable to the contract. The Accounting System Survey questionnaire will assist the prospective contractor in determining whether its accounting system is adequate, or if corrective action should be taken prior to award. The North American Industry Classification System (NAICS) code for this procurement is 561612, Security Guards and Patrol Services, with a small business size standard of $18.5M.This announcement is being used solely to determine if sufficient small business interest and capability exists to set-aside this acquisition for Small Business. This is not a request for proposal, and the SOC is not considered to be a proposal. Large businesses shall not respond to this announcement; however, should consider teaming with a small business or a team of small businesses. The technical portion only of the SOC shall not exceed twenty (20) pages, with a font size no smaller than 12. Any pages submitted in excess of the 20 pages (other than the Financial Capability documents) will not be reviewed. SOCs must be submitted electronically via email to Mr. Larry P. Veltman at LVeltman@doeal.gov by 4:00 PM MST, 7 July 2010. Any SOCs received after this time and date will not be reviewed. Any questions with regard to this announcement must be submitted electronically by clicking the ?Submit Question? button located on the web page for this sources sought announcemen t.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0002014/listing.html)
 
Record
SN02184068-W 20100624/100622234858-61ac54b7d98ea84d6204a6bc7f20527f (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.