Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

S -- Security Services at Remote Locations in Japan

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91260) SMDC-CS, 350 Vandenberg St., Building 3, Peterson AFB, Colorado, 80914, United States
 
ZIP Code
80914
 
Solicitation Number
W91260-18-R-0001
 
Archive Date
1/27/2018
 
Point of Contact
Viktoria Reed, Phone: 7195548728
 
E-Mail Address
viktoria.s.reed.civ@mail.mil
(viktoria.s.reed.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Army Contracting Command, Redstone Arsenal at Peterson AFB, Colorado, is issuing this sources sought notice as a means of conducting market research to identify 8(a) small business concerns having an interest in and the resources to support the requirement for security services at remote locations in Japan. The applicable North American Industry Classification System (NAICS) code is 561612 - Security Guards and Patrol Services, with a size standard of $20.5M. The Product Service Code is S206, Housekeeping - Guard. This requirement is to perform access control, internal perimeter patrols, quick response force duties, security dispatch duties, electronic security monitoring, and alarm response services at remote sites in Japan. Potential sources must possess the ability to obtain and maintain security clearances at the SECRET level. The anticipated performance work statement will require the contractor, as a minimum, to provide physically fit, trained, and qualified personnel, and all supplies, equipment, vehicles, and transportation (except any provided by the Government) necessary to provide physical security measures for equipment and personnel operating at remote sites covered by any contract that may result from this initial planning announcement. Potential sources should anticipate providing living arrangements and appropriate work permits and/or work visas for their employees performing work in Japan. The contract base period is anticipated to be 12 months plus four (4) 12-month options. The Government requests interested parties provide information about their company to include a statement of capabilities focusing primarily on the referenced NAICS code of 561612. Interested parties should include their business status including supporting documentation from the Small Business Administration (SBA) stating the date of acceptance to the 8(a) small business program. Interested parties should also include past performance summaries of the same or similar services that have been provided to commercial or US Government customers within the past 5 years. The summaries should include a thorough description of the service provided, location of the service provided, the total dollar value of the services provided, and a contact information for each service referenced (including name, address, email address, telephone number, and the URL to the company's website, if applicable). Capability packages shall not exceed 15 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 12 point Times New Roman. This page limit does not include the coversheet, table of contents, or indexes (if included). Capability packages must be received no later than 11:00 am, Mountain Standard Time, 12 January 2018. Capability package responses must be sent via email to: Viktoria Reed, Contract Specialist, viktoria.s.reed.civ@mail.mil. All information received will be protected and safeguarded as ACQUISITION/ SOURCE SELECTION SENSITIVE in accordance with FAR Part 2.101 and 3.104. There is no solicitation available at this time. Draft PWS is not available at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The size of a small business firm includes all parent companies, subsidiaries, affiliates, etc. Interested parties should refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All interested parties are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Alternate A, active registration in System for Award Management (SAM) (https://www.sam.gov) is required prior to contract award. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON FBO.GOV. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fca2714d31462daac8e59a5e5e59b8ba)
 
Place of Performance
Address: Various Locations in Japan, United States
 
Record
SN04765010-W 20171214/171212231640-fca2714d31462daac8e59a5e5e59b8ba (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.