Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

B -- SECURITY VULNERABILITY ASSESSMENT AND FORCE PROTECTION PLAN

Notice Date
April 9, 2001
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230
ZIP Code
96853-5230
Solicitation Number
F64605-00-QP098
Response Due
April 30, 2001
Point of Contact
Alison Miki, Contract Specialist, Phone (808)449-6860 x608, Fax (808)449-7026, Email alison.miki@hickam.af.mil -- Donna Conlon, Contract Specialist, Phone 808449-6860 X604, Fax 808449-7026, Email
E-Mail Address
Alison Miki (alison.miki@hickam.af.mil)
Description
(i)This is a combined synposis/solicitation for services prepared in accordance with FAR Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. (ii) The solicitation is issued as a Request for Quotation (RFQ) Solicitation Number F64605-00-QP098. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. Contractor shall provide a complete program of service to conduct a vulnerability assessment and force protection plan for the Aisa-Pacific Center for Security Studies (referred to as _the Center_ throughout the remainder of this solicitation). Contractor will assist the Center with the design and implementation of a force protection program that meets or exceeds the technical and procedural requirements set forth by the Department of Defense guidelines and Handbook 0-2000.12H, _Protection of DoD Personnel and Activities Against Acts of Terrorism and Political Turbulence._ Contractor shall also provide and assist the Center with the following: (1) development of formal procedures to establish liaison with city, state, and Federal agencies to improve the collection and use of intelligence products provided by these agencies to reduce vulnerability and enhance force protection for the Center, (2) provide the Center with the precise specifications for recommended security hardware to be installed and recommendations for specific measures that should be implemented in support of the Center_s Force Protection Program, and (3) assist the Center in drafting a comprehensive Force Protection Plan and Instruction that complies with the DoD Regulations and Instructions. (iv)This acquisition is 100% set-aside for small business. The Standard Industrial Classification Code is 8742 with a small business size standard of $5.0 million gross revenue size standard. The associated NAICS code is 541611. (v)This synopsis/solicitation contains one contract line item number (CLIN) CLIN 0001, Description: Non-Personal Services: Service to provide Security vulnerability assessment and Force Protection Plan for Asia-Pacific Center for Security Studies, Quantity 1 lot x $_______ (unit price) = $___________ total price. (vi) The contractor shall provide personnel experienced in multiple disciplines to cover all areas of this assessment. Personnel should include, but not be limited to, experts in intelligence, counterintelligence, terrorism, antiterrorism, physical security, operations security, and explosives. The contractor shall provide the Center with a complete vulnerability assessment and force protection plan, which will include, but is not limited to, the following: quick reaction checklists, specific recommendations for security hardware and protective measures necessary for the Center to be in compliance with applicable regulations and instructions. The contractor shall prepare a vulnerability assessment and force protection plan report with recommendations, and provide the Center management with periodic briefings throughout the course of the plan development. The Chief Resource Management Division and Facility Manager shall be pre-briefed prior to senior management. This assessment and force protection plan report will at a minimum be provided in triplicate hard copy, and also in Microsoft Word format either on 3.5_ disk or compact disk (CD). The contractor shall provide proof of licenses, personnel qualifications, credentials, and a minimum of 3 references stating previous similar work that was performed. Experience and credentials should include expertise in Antiterrorism, Force Protection, Intelligence, Counterintelligence, Physical Security, Domestic Terrorism, Operations Security, and Explosives. Contractor personnel are not required to have a security clearance. All requirements will be completed within 90 days of contract award date. (vii) Work will be performed at the Asia-Pacific Center for Security Studies in Honolulu, Hawaii. (viii)The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition without addenda. (ix) A firm fixed price purchase order will be issued based upon the proposal determined to provide the best value based upon past performance. (x) Offerors are required to complete a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, excluding paragraph (b) of provision (IAW DFARS 212.301(b)(2)). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition without addenda. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders _ Commercial Items, applies to this acquisition. The following additional FAR clauses of paragraph (b) are incorporated: 52.222-26. Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52-225-3, Buy America Act _ North American Free Trade Agreement _ Israeli Trade Act _ Balance of Payments Program; and 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. (xiii) The following cited additional FAR and DFARS clauses are applicable to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside; 52.246-4, Inspections of Services -- Fixed-Price; and 252.204-7004, Required Central Contractor Registrations. *NOTE: Proposals will be accepted if you are showing up in the Central Contractor Registration database as _in process_ at the time of proposal submission. Registration must be completed at the time of award. An award cannot be made to you unless you are registered in the Central Contractor Registration database. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. FAR Clause 52.252-1_Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full test. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the list provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 _ Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (xiv)Proposals are to be submitted via email or fax to 15 CONS/LGCZ, 90 G Street, Hickam AFB, HI 96853-5230, no later than 4:30 p.m. HST on April 30, 2001. Office fax is (808) 449-7026. All responsible sources may submit a proposal, which, if received on time, will be considered by this agency. (xv) Questions concerning this RFQ should be addressed to Ms Alison Miki, by phone, (808) 449-6860 xt. 604, fax (808) 449-7026 or Email at alison.miki@hickam.af.mil.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F64605-00-QP098&L=588)
Record
Loren Data Corp. 20010411/BSOL003.HTM (D-099 SN50I703)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com