Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2004 FBO #0845
SOURCES SOUGHT

Y -- SOURCES SOUGHT for Nationwide Recruiting Centers Real Property Security Upgrade Program

Notice Date
3/18/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-04-R-0015
 
Response Due
4/12/2004
 
Archive Date
6/11/2004
 
Point of Contact
Famane Brown, 402-221-4100
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(famane.c.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Y-SOURCES SOUGHT for Nationwide Recruiting Centers Real Property Security Upgrade Program NAICS Codes: 236220 (Construction) and 541690 (Security Consulting Services) B-SOURCES SOUGHT for Nationwide Recruiting Centers Real Property Security Upgrade Program NAICS Codes: 541690 (Security Consulting Services) and 236220 (Construction) Description: The U.S. Army Corps of Engineering Contracting Agency, in conjunction with the U.S. Corps of Engineers Protective Design Center (USACE PDC), and the Joint Recruiting Facilities Committee (JRFC), are looking for potential sources to help with management and implementation of security upgrades to multiple Recruiting Center offices located in locations across the United States including Hawaii, Alaska, Puerto Rico, Guam, and the Virgin Islands. The USACE PDC was tasked by the JRFC to provide a security and vu lnerability assessment (VA) of approximately 6,000 military recruiting offices in over 2,500 different locations. Based on this VA, real property upgrades were identified to improve human protection and survivability from potential terrorist or criminal t hreats. The threats include tactics that could harm the recruiting service personnel, the facilities, and the environment. Attacks could include a variety of tactics including ballistics as well as the use of chemical, radiological, and biological (CRB) agents. This proposed project is to implement the real property upgrades selected by the JRFC. The estimated quantities for each of the real property upgrades are based on statistical data for the sites surveyed (10% of the total number of recruiting sta tions were visited). The contractor will provide all labor, materials, and services as necessary for the installation, testing, proveout and acceptance of the assigned tasks, to include site visits, identification of facility specific requirements, identi fying and obtaining all necessary permits, material and equipment selection, purchase and installation, quality assurance, and preparation of documentation for the activities performed at each location. Work may include, but is not limited to: 1) Install basement, crawl space, and roof access controls; 2) Close/secure mail slots; 3) Install outside lighting; 4) Install entry bell/chime, window blinds, and Fragmentation Retention Film (FRF) on windows; 5) Upgrade/replace exterior door locks; 6) Install fire extinguishers, smoke alarms, exit lighting and emergency lighting; 7) Install rolling metal shutters; 8) Install main access controls, including remote actuated locking device, local video monitor, and magnetic locking system; and 9) Install remote monito red alarm system. The contractor shall train their personnel on how to conduct quality oversight and surveillance of the security upgrades. The training shall include an overview of the coordination communication between all project personnel and to defi ne the quality control and quality control requirements for acceptance and reporting of all fieldwork. USACE project management, engineering and real estate personnel shall also attend the training. These actions are part of a homeland security initiative to provide force protection for the recruiting center personnel operating in the public sector all across the country. This also provides a means to reduce the likelihood and severity of environmental impact due to CRB attack on recruiting offices. Due to the nature of this project, the contractor will be required to submit a signed Non Disclosure Agreement (NDA), which prevents the contractor from disclosing any information or details concerning the locations, types and quantities of installed security items without the written consent of the Contracting Officer. The estimated value of this Cost Reimbursement acquisition is $14,500,000/ (a two-year base and one three-year option for a total contract period of five years). The size standards to determ ine small business for this project is: 236220 ??? ??? Construction ($28,500,000). Any contractor wishing to provide services that are consistent with the above descriptions and requirements must provide demonstrated and documented past performance and qualifications; information requested must include, a s a minimum: 1) Business size and type [copy of applicable small business certifications (Section 8(a) and HubZone only)]; 2) A listing of available technical expertise (and abbreviated resumes) available to execute this contract; 3) Description and locati on of projects similar to Recruiting Centers Security Upgrade (Nationwide). Indicate if your role in the project was a Prime, Subcontractor or Supplier. The project description should include the contract number(s), value of contract, and the name and te lephone number of the customer (and Contracting Officer if a Government contract). This is a market survey (sources sought) notification of intent only. This is not a request to respond to a solicitation. This project will be solicited at a future date. Please submit all requested information to the Contracting Activity, U.S. Army Corps of Engineers, Omaha District, Attn: CENWO-CTM, Famane Brown, RECRUITING CENTERS SECURITY UPGRADE PROGRAM 106th South 15th Street, 68102-1618, by close of business 12 Ap ril 2004. Point of contact: Famane Brown, Lead Contract Specialist, telephone (402) 221-3116.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00549797-W 20040320/040318214034 (fbodaily.com)
 
Source
FedBizOpps.gov 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.