Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOURCES SOUGHT

R -- Department of Homeland Security (DHS) - Nebraska Avenue Complex (NAC) - Escort Services - DRAFT - Statement of Work

Notice Date
7/14/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P10MKC0081
 
Point of Contact
Tanuja Majety, Phone: 202-708-5249, Denise K. Avery-Craft, Phone: 202-205-5742
 
E-Mail Address
tanuja.majety@gsa.gov, denise.avery-craft@gsa.gov
(tanuja.majety@gsa.gov, denise.avery-craft@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Copy of the Statement of Work for future Solicitation DEPARTMENT OF HOMELAND SECURITY (DHS) - NEBRASKA AVENUE COMPLEX - ESCORT SERVICES SOLICITATION # GS-11P-10-MK-C-008 Summary: This Sources Sought notice is not a Request for Proposal/Quote or Bid. This sources sought is a market research tool to gain knowledge of potential qualified sources which will be used for planning purposes and to determine if potential sources exist to support a Small Business set-aside requirement. This information is not to be interpreted as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation(s). Respondents will not be notified of the results of this source sough notice. Due to the Homeland Security Presidential Directive 12 (HSPD-12) and Sensitive Compartment Information Facility (SCIF) requirements, The Department of Homeland Security is in need of escorting construction contractors, cleaning contractors and other contractors in highly secured areas for the fiscal year 2010 - 2016. Estimated cost of these services is between $10 to $15 million. The Contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screening, reports and files necessary to accomplish Escort Services as described in the attached Scope of Work. Instructions: All interested parties should submit a response in Microsoft word or PDF Format. All information should be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Information should not exceed 10 single sided 8 1/2 X 11 pages, with one inch margins, and font no smaller than 12 point. Please submit three (3) copies mark one (1) as the ORIGINAL. Respondents should include as part of their submission: • A Summary of the company's past performance in providing services similar to those identified in the attached "DRAFT" statement of work during the past three years, including any on-going contracts. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, number of labor hours provided during the period of performance, and a point of contact at the contracting activity who can verify the information you provided. •2. Company name, address, phone number, a point of contact with email address; Data Universal Numbering system (DUNS) Number: and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business. •3. Interested vendors shall submit a corporate capabilities statement, a brief description of their ability and methodology for performing the actions required by the attached Statement of Work, and a rough order of the magnitude cost estimate. •4. A description of how you would provide suitable, experienced, qualified, trained personnel to support the Statement of Work. Include in your description whether you would staff these positions through current in house staff or through consultants/outside personnel The government may supplement the information provided by contractor's with information it may obtain from other sources, including its own experience with the contractors. The General Services Administration is considering a firm, Indefinite Delivery and Indefinite Quantity (IDIQ) acquisition, competed as a Small Business set-aside, provided that the written capabilities submitted by SBA-certified vendors demonstrate the ability to successfully perform the required services. Please submit responses to General Services Administration, Attn: Vince E. Matner, P.E. Contracting Officer, Bid Room # 1065, GSA/NCR, 7 th & D Street, S.W. Washington, DC, 20407 no later than 2:00 P.M. (Eastern Standard Time) on July 30, 2010. Facsimile responses will not be accepted. ALL RESPONSES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0081/listing.html)
 
Place of Performance
Address: Nebraska Avenue Complex, 3801 Nebraska Avenue, Washington, District of Columbia, 20393-001, United States
 
Record
SN02205960-W 20100716/100714235341-d23f07ee9aa9e7d342e6b8d92f1b78f9 (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.