Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

R -- Security Services

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-12-SECURITY
 
Response Due
5/10/2012
 
Archive Date
7/9/2012
 
Point of Contact
Brett Moore, 5756783416
 
E-Mail Address
MICC - White Sands Missile Range
(brett.t.moore.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Place of Performance = Northern section of White Sands Missile Range, NM (WSMR). The distance to the security building on the northern range is approximately 120 miles from the WSMR cantonment area, 26 miles from Socorro NM, 91 Miles from Alamogordo NM and 100 miles from Albuquerque NM. This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. WSMR is anticipating a competitive acquisition for a firm fixed price contract with one base year and four one-year option periods. The requirement is for the contractor to provide security guard services for the northern part of the range at WSMR. Area to be covered under this contract will be approximately 1770 sq. miles for roving patrols and approximately 1363 sq miles when required by the Department of Emergency Services (DES). The northern part of the range is located between Hwy 380 and Hwy 70. Contractor will be required to provide roving patrols 24 hours per day, 7 days per week to observe, detect, report, and respond to all suspected or apparent security violations. Contractor will provide security services to prevent any damage, pilferage, removal, theft, alarm, response, intrusion deterrent, and crime prevention or other improper or unlawful threats in their area of patrol. The majority of the roads the contractor will travel are paved. There are several roads that are unpaved, or on rough terrain (hills & mountains). Contractor will also provide access control when automated gate is inoperable or when required. Contractor will provide road-block support, escort and posted guard support for the area. Contractor will be required to provide their own vehicles, equipment, supplies, weapons, training of personnel and transportation. Contractor will have access to government fuel pumps in the area. Contractor will have to submit a fuel card request thru the Defense Logistics Agency DLA so a DODACC can be assigned for the gas fuel consumption. This sources sought synopsis is issued to determine if there are small business contractors capable of and interested in providing the required services, and to assist the Army in making a set-aside decision. All potential offerors must note that contractor will be provided a bldg to operate from. Parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 561612 (size standard $18.5 Million). Sources should identify and address if they are a large, small, 8(a), woman owned, Hub zone, or otherwise classified as a small disadvantaged business in their responses. Responses will be reviewed to identify firms capable of fulfilling the Government's requirements. Any information submitted by respondents to this sources sought synopsis is voluntary. What to Submit: Each potential source shall give a brief description of their capabilities to support the required service as indicated herein, (with the knowledge that the Government may potentially modify or terminate all or part of the requirement prior to, during, or after award without incurring additional cost). This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the government's performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting, operational controls, technical skills and equipment to perform. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirement for security services. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to twelve pages. Contractor must be registered in CCR prior to any future award. To register your firm, please telephone CCR at 1-888-CCR-2423 or website at https://www.ccr.dlis.dla.mil/ccr/scripts/indexnew.asp. Submit capabilities packages and routine inquiries concerning the Sources Sought to Brett Moore, Mission & Installation Contracting Command, Bldg 143, Crozier St., White Sands Missile Range, NM 88002-5201, telephone 575-678-3416, or fax 575-678-4975, or e-mail brett.t.moore.civ@mail.mil. RESPONSES ARE DUE NO LATER THAN 2:00 PM MST 10 May 2012,. Acknowledgement of receipt will not be made THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPS portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9daa2609235073e6177e9dc62c43ddd)
 
Place of Performance
Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02736326-W 20120503/120502000614-e9daa2609235073e6177e9dc62c43ddd (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.