Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOURCES SOUGHT

R -- Security Access Control/Electronic Systems Services

Notice Date
3/21/2005
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
SCR050001713
 
Response Due
4/1/2005
 
Archive Date
4/2/2005
 
Small Business Set-Aside
8a Competitive
 
Description
Federal Business Opportunities ?Sources Sought? Notice for 8(a) contractors. The Defense Threat Reduction Agency (DTRA) seeks information as to potential 8(a) contractor sources to provide professional access control, electronic security systems, locksmith and administrative security support. This is a SOURCES SOUGHT SYNOPSES; there is no solicitation available at this time. No response will be provided to requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The DTRA Security Office has the responsibility for Security Administration and physical security support for the protection of personnel and classified materials. The Physical Security Support includes technical support to maintain, monitor and analyze problems with Electronic Security Systems (ESS) equipment closed circuit Television (CCTV) sub-systems. Administrative support includes maintaining databases, badging, visit requests, and issuing vehicle base stickers. Locksmith services are required to install, repair and maintain door, cipher and electromechanical locks. DTRA Headquarters is located within Defense Logistics Agency Complex, Fort Belvoir, VA with six (6) outlying buildings within the Metropolitan Washington Area. The Defense Threat Reduction Agency (DTRA) Security Office requires access control, to be provided as part of the agency's overall physical security program. Physical security protection and technical expertise are required to staff access control points/receptionist desks; provide visitor?s badges and process visitors into the facilities; monitor/operate intrusion detection alarm functions and closed circuit television systems; respond to alarms and monitor personnel access; maintain the personnel and visitor access control data bases; process and maintain visit authorization requests and provide administrative support for the access control services and DTRA sponsored conferences, meetings or seminars. Mandatory Requirements ? Locksmith services are required to install, repair and maintain door locks, cipher locks and electromechanical locks. Locksmiths shall be certified with at least two years experience in the field; or possess the equivalent training and experience. ? Administrative support is required to maintain databases, issue badges, auto decals, process visit requests and other administrative actions. ? Technical support is required to maintain, monitor, and analyze problems with Electronic Security Systems (ESS) equipment closed circuit television (CCTV) sub-systems. Electronic Security Systems (ESS) Technicians shall possess the basic knowledge of electronic security systems (ESSs) and experience with multiple ESSs. Electronic Security System Technician will perform functions for all aspects of the Agency's security systems. The technicians must possess a thorough working knowledge and expertise of all areas of an integrated security system to include software and hardware; demonstrate knowledge of the devices associated with these systems; Windows A+ certification or knowledge of CCTV systems and integration techniques; and an understanding of security locks and electronic locking devices. The technicians must possess at least 5 or more years in the security field with no less than 2 years of specialized experience. ? Program Manager/Site Supervisor services will be required to manage and control duty performance of the contract. The Program Manager shall have complete authority to act for the contractor during the term of the contract and be the primary point of contact for the Contracting Officer's Technical Representative (COTR). The Site-Supervisor will have a working knowledge of access control and electric security systems previous management experience. ? Access Control function is required to inventory and insure all badges are present and/or accounted for at the beginning of each tour of duty and maintain a record of all badges issued. Process all incoming personnel and visitors to DTRA. Brief sponsors of visitors issued "Escort Required" badges, on their responsibilities as escorts for uncleared personnel. Maintain the confidentiality of all official business conducted while performing duties in support of this contract. Assist in performing hand carried items inspections, package x-ray, and control of classified waste. Contractor personnel must at a minimum posses a SECRET clearance and Key management personnel (site manager, locksmith and electronic security system support technicians) shall have a TOP SECRECT (TS) clearance in place prior to award of any contract for this requirement. DTRA?s intent is to award a single firm fixed price contract to a single 8(a) contractor for performance of these services. It is anticipated that the period of performance for this contract is one (1) base year, four (4) one-year options, and one (1) additional six (6) months period in accordance with FAR 52.217-8, Option to Extend Services. This SOURCES SOUGHT SYNOPSIS is for 8(a) firms and it is NOT a Request for Proposals (RFP); it is a market research tool being used to determine the availability of sources prior to issuing an RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCE SOUGHT SYNOPSIS. Any information submitted by respondents as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Prospective suppliers are requested to provide company literature and/or provide a capability summary not to exceed three (3) pages in length describing their relevant corporate experience providing these types of services as identified above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, point of contact, phone number, and e-mail address. The following company information is further requested: Cage Code and DUNs Number, information regarding existing contractual vehicles that may be used to obtain these services, eg, GSA Schedule, existing DoD contracts, etc. Telephonic responses and responses providing insufficient information for evaluation will not be reviewed. All information submitted in response to this synopsis shall be received on or before 1:00 PM (Eastern Standard Time) on Friday, April 1, 2005. Submit information by mail, fax or email to: Defense Threat Reduction Agency (BDCI), ATTN: Rachel Cole, 8725 John J. Kingman Rd, MS 6201, Ft. Belvoir, VA 22060-6201. E-mail address: rachel.cole@dtra.mil, fax number (703)767-4691. This notice is to assist the Defense Threat Reduction Agency in determining potential sources only. All documentation shall become the property of the Government. This sources sought synopsis is not to be construed as a commitment by the Government.
 
Place of Performance
Address: Defense Threat Reduction Agency, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6201
Zip Code: 22060
Country: US
 
Record
SN00772774-W 20050323/050321212404 (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.