Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
SOURCES SOUGHT

R -- SECURITY SERVICES FOR NASA LANGLEY RESEARCH CENTER

Notice Date
12/14/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-SecurityServices
 
Response Due
1/11/2011
 
Archive Date
12/14/2011
 
Point of Contact
Kimberly D. Cone, Contract Specialist, Phone 757-864-3566, Fax 757-864-6966, Email Kimberly.D.Cone@nasa.gov - Richard T Cannella, Contract Specialist, Phone 757-864-2494, Fax 757-864-9774, Email Richard.T.Cannella@nasa.gov
 
E-Mail Address
Kimberly D. Cone
(Kimberly.D.Cone@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Langley Research Center(LaRC) is conducting market research to identify sources capable of providing SecurityServices for NASA LaRC which is comprised of several facilities spread out over 850 acresand about 381 buildings including several facilities located on the adjacent Langley AirForce Base (LAFB). The Government will also use the market research to determine ifthere are small businesses capable of performing the work so that appropriate procurementset-aside decisions can be made. NASA LaRC is seeking Capability Statements from allinterested parties, including Small, Small Disadvantaged, 8(a), Woman-owned, VeteranOwned, Service Disabled Veteran, and Historically Underutilized Business Zone (HUBZone)businesses for the purpose of determining the capabilities that reside within theindustry to provide and maintain all management, supervision, manpower, training,equipment, supplies, licenses, permits, certificates, insurance, pre-employmentscreenings, reports, files and any other resources necessary to accomplish the securityservices at NASA LaRC.The LaRC Security Services may include the following: (1)Security Services: Identification Management Badging Access Control, Physical Securityand Armed Uniformed Services (firearms), Explosive Detection Canine Search Team, ResourceProtection, Personnel Security Services, Escorting, Industrial Security, SecurityInvestigations, Locksmith.(2) Law Enforcement (LE): Investigation, Patrolling, IncidentResponse, Evidence Protection and Collection, Crime Scene Protection and Preservation,Identification of Criminal Conduct, Crime Records Analysis, Reporting, Interviewing andStatement Taking, Arrest and Detention, Traffic Enforcement, Citation Issuance and RecordMaintenance, Traffic Accident Investigation, Defile and Vehicle Escort Operations, Security/Criminal Incident Management, Multi Channel Radio and Fire Dispatch Operations,Fire and Security Alarm Management and Response, 911 Emergency Center Operations,Contingency Planning. (3) Diamond IIIntrusion Detection (IDS) and Lenel Access Control(ACS) System Operation, Management, Installation and Repair. Potential offerors arereferred to the attached Summary of Services for a more detailed listing of requiredservices. Industry is encouraged to provide comments, suggestions, and recommendationsregarding the Summary of Services. It is anticipated that a Top Secret SecurityClearance will be required for this contract. See Draft DD254 attached. For purposes of the Sources Sought, the NAICS code is 561612 - Security Guards and PatrolServices with a size standard of $18.5M annually. No solicitation exists; therefore, donot request a copy of the solicitation. If a solicitation is released it will besynopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is theresponsibility of the potential offerors to monitor these sites for the release of anysolicitation or synopsis.This Request for Information (RFI)/Sources Sought synopsis is for informational andplanning purposes only and is not to be construed as a commitment by the Government norwill the Government pay for any information solicited. Since this is a sources soughtannouncement, no evaluation letters and/or results will be issued to the respondents. Ifyour firm is capable of providing the requirements described in this RFI/Sources Sought,please submit your Capability Statements electronically, via e-mail, to the primary Pointof Contact (POC) listed below. The Capability Statement, exclusive of the one pagesummary, shall not exceed 5 pages (including attachments) and shall contain a minimumfont size of 12. The Capability Statement should include general information andtechnical background describing your firm's experience in contracts that are relevant tothe work described above, requiring similar efforts, and of a similar magnitude.Additionally, the Capability Statement shall list, at a minimum, 2 customer contactscovering the past 5 years (highlight relevant work performed, contract numbers, contracttype, dollar value of each contract, number of employees and customer point of contactaddress, phone number and email address). To facilitate a prompt review, a one-pagesummary shall be included with your capability statement. The one page summary will notcount against the 5-page Capability Statement page limit. The one page summary shallinclude:(1) Company name, address, primary POC and telephone number, (2) Size ofbusiness, (3) Company average annual revenues for the past 3 years and total number ofemployees,(4) Ownership (5) Number of years in business, (6) Company Government sizestandard/type classification (e.g. Large, Small, Small Disadvantaged, 8(a), Woman-owned,Veteran Owned, Service Disabled Veteran, HUBZone business); (7) Affiliate information:parent company, joint venture partners, potential teaming partners, prime contractor (ifpotential sub) or subcontractors (if potential prime); and point of contact position,address and phone number; (8) Applicable NAICS Code(s); (9) DUNS number and cage code,(10) Company Security Clearance Level; and (11) whether your company is interested inthis acquisition as a prime contractor or subcontractor.. It is not sufficient to provideonly general brochures or generic information. LARC encourages qualified Joint Venturebusiness arrangements to submit capability statements as well. Your response is requirednot later than January 11, 2011. Please reference SS-Security Services in any response.LARC is also interested in contractor feedback related to suggestions for contract type,subcontracting opportunities, and possible contract incentives (positive and negative).This feedback will be used as research information to support the Governmentsprocurement strategy. It would also be used to support any potential set-asides. Thisfeedback should also be provided electronically via e-mail to the primary POC by January5, 2011. Any questions you may have are to be submitted in writing, via email, to the POClisted below to be used for consideration in the development of the requirements. Pleasecopy and paste the e-mail address into your web browser. Please submit all questions anddata through the above e-mail address only NOT through the phone or fax numbers listedbelow.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.The Government reserves the right to consider a Small, Small Disadvantaged, 8(a),Woman-owned, Veteran Owned, Service Disabled Veteran, or HUBZone business set-aside basedon responses hereto. Any referenced notes may be viewed at the following URLs linkedbelow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-SecurityServices/listing.html)
 
Record
SN02344165-W 20101216/101214234708-0747a9eaa9f1b1ce02a82f4642288a76 (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.