Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOURCES SOUGHT

R -- Construction Security Monitoring Services

Notice Date
9/7/2011
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
 
ZIP Code
96205-0610
 
Solicitation Number
W912UM12R0001
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
HAN, UN KYONG, 822-2270-7270
 
E-Mail Address
USACE District, Far East
(un-kyong.han@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912UM-12-R-0001 Notice Type: Sources Sought Synopsis: a.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 Far East District (FED) anticipates the issuance of a Request for Proposal and the award of a Construction Security Monitoring Services Labor-Hour contract for Department of Defense installations located in South Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b.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. c.Description of Services: The U.S. Army Corps of Engineers Far East District (FED) intends to conduct a competitive procurement for a contractor(s) to provide Construction Security Monitoring Services at overseas FED construction sites and storage areas. FED requires Site Security Personnel (SSP) support services at overseas facility(s) to detect unauthorized access to internal controlled areas, to deter the introduction of unauthorized materials to the site, and to surveil the activities of un-cleared construction workers to prevent the implantation of clandestine surveillance devices or systems into the structure being constructed or its surroundings. Five (5) types of SSP may be required: 1) Team Leaders (TL), 2) Site Security Coordinators (SSC), 3) Cleared American Guards (CAG), 4) Construction Surveillance Technicians (CST), and 5) Cleared American Escorts (CAE). d.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 DISCO Secret personnel security clearances. e.Magnitude of Project: In accordance with the FAR 16.504, "Indefinite-Delivery Indefinite -Quantity", the minimum for this quantity contract shall be as set forth below. Base Year $25,000 The maximum for this indefinite quantity-contract (including options) shall be any quantity or combination of supplies and services approximately to $105,000,000.00. f.Performance Period: The period of performance shall be effective for one year (twelve consecutive months). The Government has the unilateral right to renew the contract for up to four additional twelve-month periods pursuant to FAR clause 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Solicitation: a.The IDIQ solicitation will consist of: The statement of work, standards, and criteria for the services that set out the IDIQ Construction Security Monitoring requirements and restrictions, documentation, expertise and security requirements. b.Award will be based on overall Best Value to the Government, whereas technical factors are more important than cost. c.Anticipated solicitation issuance date is November 2011. The estimated proposal due date for technical proposals expected to be December 2011. d.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 bidding on the solicitation when it is issued. Offerors capability to meet personnel requirements. "Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, 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. "Offerors Joint Venture information if applicable existing and potential. "Offerors Bonding Capability (construction bonding level per contract expressed in dollars). e.Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (KST), 22 September 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Mr. Daniel Shin,Contract Officer, CEPOF-CT, Far East District, Email address: Daniel. Shin@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Contracting Office Address: Corps of Engineers, Far East District, Contracting Division, Unit No. 15546, APO, AP 96205-5546 Place of Performance: Corps of Engineers, Far East District, Contracting Division, Unit No. 15546, APO, AP 96205-5546 Point of Contact(s): Mr. Daniel Shin, 011-82-2-2270-7077
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM12R0001/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN02566685-W 20110909/110908000927-9bffe6f9e680490f7f86cadf755747d7 (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.