Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2007 FBO #2129
SOURCES SOUGHT

S -- Protective Force Security Services for Savannah River Site

Notice Date
9/20/2007
 
Notice Type
Sources Sought
 
Contracting Office
EM Consolidated Business Center, Office of Contracting, 250 E. 5th Street, Suite 500, Cincinnati, OH
 
ZIP Code
00000
 
Solicitation Number
DE-EI30-07CC60025
 
Response Due
10/1/2007
 
Archive Date
4/1/2008
 
Point of Contact
Barry Page, Contracting Officer, 513-246-0547, barry.page@emcbc.doe.gov;Rita Pernell, Contract Specialist, 803-725-9150, rita.pernell@srs.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Energy (DOE) is currently in the acquisition planning stage for the procurement of paramilitary security services at the Savannah River Site (SRS) near Aiken, South Carolina. The work to be procured involves protecting Government owned or leased property and material, Category I-IV Special Nuclear Material, classified and sensitive information, vital facilities, support facilities, Government and other SRS employees, as well as visitors to the SRS. The SRS complex covers 310 square miles encompassing parts of Allendale, Aiken, and Barnwell counties in South Carolina, bordering the Savannah River. The protective guard force may be required to protect the Mixed Oxide Fuel Fabrication Facility (MFFF) if it becomes operational during the contract period of performance. The performance of the work will require that contractor personnel be available to respond seven days a week, 24 hours a day. In performing the requirements, the contractor shall be responsible for coordination with other onsite contractors including the Management and Operating (M&O) contractor providing emergency management services and fire and medical response. General performance requirements may include but are not limited to the following: 1.) safeguard Special Nuclear Material against theft and/or diversion utilizing all available resources up to and including deadly force; 2.) protect vital facilities against sabotage; 3.) develop, maintain and issue procedures and orders governing protective force operations; 4.) secure and maintain safe operations by staffing security posts, patrolling designated areas, and providing law enforcement functions; 5.) maintain aviation (helicopter) operations; and 6.) provide tactical response to security emergencies. Specific performance requirements may include but are not limited to the following: (1) Special Response Team (SRT) The Contractor shall continuously maintain on duty a force of specially trained personnel known as the Special Response Team (SRT) to tactically and expeditiously respond to security emergencies with the intent of neutralizing all hostile threats. (2) Law Enforcement/Criminal Investigations The Contractor shall provide a full service Law Enforcement Department which shall maintain law and order at the Savannah River Site, respond to violations of Federal law relating to matters of security interest to DOE, make immediate notification to DOE of any felonious criminal violations, and provide timely notification of all misdemeanor violations. (3) Canine Section The Contractor shall provide a Canine Section consisting of canine teams which are trained and qualified in explosive detection, narcotics detection, and criminal apprehension (4) Explosive Response The Contractor shall maintain the capability to effectively respond to bomb or explosive incidents on site, and off site with DOE approval, and to coordinate the removal or disposal of unexploded or suspect ordnance resulting from protective force operations or training on site. (5) Chemical/Biological Response Team (CBRT) The Contractor shall provide equipped, trained and qualified personnel who are responsible for determining conclusively that a chemical/biological attack has occurred, alerting other protective force members and personnel to the attack, and responding to the attackers in a containment environment. CBRT must also be capable of decontamination processing of personnel and personal equipment. (6) Aviation Operations The Contractor shall provide an Aviation Operations Department consisting of Federal Aviation Administration (FAA) certified pilots and aircraft maintenance personnel necessary to operate and maintain the two DOE helicopters which are based on the General Site. (7) Equipment Maintenance The Contractor shall provide the necessary program support for the protective force's equipment in accordance with DOE M 470.4-3. (8) Training The Contractor shall provide expert tactical, technical and professional development formal training programs to ensure all protective force members are competent and tactically proficient to perform all tasks within their assigned responsibilities and duties. (9) Planning and Analysis The Contractor shall provide a professional security staff responsible for security planning and analysis functions that ensure cost-effective protection strategies are developed and maintained for all DOE security interests at the Savannah River Site. (10) Security Function The Contractor shall administer a security program to assure implementation and compliance with DOE Orders that govern the protection of classified information, computer security, operations security (OPSEC) program, technical security countermeasures, export control, telecommunications, Human Reliability Program (HRP), Drug Free Workplace, Gun Control Act, Workplace Violence Act, personnel security program and General Site access control systems. (11) Administration Function The Contractor shall provide management services on the Savannah River Site to include administrative, financial, budgeting, compensation, labor relations, purchasing, and logistical support. (12) Command and Alarm Centers The Contractor shall maintain a trained cadre of personnel capable of operating sophisticated alarm monitoring centers containing alarm annunciators, graphic display panels, closed circuit television, and assessment monitors, in addition to other equipment. (13) Material Transportation Security The Contractor shall be responsible for assisting DOE and the National Nuclear Security Administration (NNSA) in coordinating and scheduling all on-site and off-site shipments of any Special Nuclear Material conducted by DOE and NNSA. (14) Quality Assurance The Contractor shall develop and maintain a quality assurance program in accordance with DOE Order 414.1C, as appropriate for security services, which incorporates the concepts of Conduct of Operations, Contractor Assurance System Description, and the Integrated Safety Management System. (15) Safety Program The Contractor shall provide a comprehensive safety program based on an Integrated Safety Management System providing a formal, organized process whereby people plan, perform, assess, and improve the safe conduct of work. The Contractor shall ensure a system for establishing company-wide safety management objectives, guiding principles, and core functions. The Contractor shall also ensure complete integration of safety into all management and work practices. (16) Public information and External Affairs The Contractor shall provide a public affairs function that responds to national and local news media on matters relating to the Contractor's site-specific security mission, and national security as it applies to the Savannah River Site mission. (17) Security Support of the Spent Nuclear Fuel Program The Contractor shall provide security support for receiving shipments from off-site. The Contractor shall assume physical security responsibilities of the shipment at the site boundary and escort to the appropriate facility. (18) Performance Testing Program The Contractor shall provide a professional security staff responsible for planning, conducting, and documenting exercises and performance tests that evaluate, train, and provide feedback on safeguards and security programs, protective force operations, and protection strategies. (19) Safeguards and Security Self-Assessment Program The Contractor shall provide a professional security staff responsible for planning, conducting, and documenting safeguards and security (S&S) self-assessments. (20) Environmental Protection Program The Contractor shall provide a comprehensive environmental compliance and pollution prevention program, as needed, that ensures compliance with all applicable federal, state, and DOE environmental protection orders, particularly DOE O 450.1 Change 3 and National Environmental Policy Act compliance. (21) Perimeter Protection. The Contractor shall provide qualified personnel to control access to the General Site by operating perimeter barricades, operating and maintaining special vehicle inspection equipment, and providing vendor delivery escort duties. The North American Industry Classification System (NAICS) code for these requirements is 561612, and the small business size standard is $17 million. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUES AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. The purpose of this announcement is to identify small business concerns with the capabilities to perform the services listed above with the intent of assessing set-aside possibilities. All interested small businesses, small business teams, joint ventures, etc. are hereby invited to submit a capability statement of no more than ten pages to demonstrate their ability to provide each of the 21 services listed above. The Government will evaluate each capability statement based on the team members??? demonstrated experience and expertise in each of the 21 areas listed above. All such capability statements shall be received electronically via DOE???s Industry Interactive Procurement System (IIPS) no later than 5:00 p.m. Eastern Standard Time on Monday, September 24, 2007. In order for DOE to assess set-aside possibilities under the NAICS code and size standard specified above, interested parties shall also submit a letter via IIPS which identifies their company as one or more of the following: 1.) small business; 2.) 8(a) business; 3.) HUBZone small business; 4.) small disadvantaged business; 5.) woman-owned small business; or 6.) service-disabled, veteran-owned small business. Responses should also include a point of contact. Interested parties are requested to provide name, phone number, address of firm, detailed information demonstrating their understanding of the work requirements identified above as well as their qualifications, capabilities, experience and past performance history for such work. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information. DOE personnel may contact firms responding to this announcement to clarify a responder???s capabilities and other matters as part of this market research process. For questions pertaining to this announcement, contact Barry Page via e-mail at barry.page@emcbc.doe.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/5A217C7890F77A698525735C006C39B4?OpenDocument)
 
Record
SN01417433-W 20070925/070923230258 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.