Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOURCES SOUGHT

S -- Regional Armed and Unarmed Guard Servicesat U. S. Navy Installations within the Commander Navy Region Mid Atlantic (CNRMA), except where otherwise stated.

Notice Date
3/13/2009
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R9901
 
Point of Contact
Cynthia BrownContracts Specialist(757) 322-1023
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notification. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only. The intent of this notice is to identify potential firms certified by the Small Business Administration (SBA) under the provisions of the Section 8(a) program capable of providing regional armed security services at various Navy Installations. The NAICS code for this proposed competitive procurement is 561612 (size standard is $18.5M). The contract will consist of a base period and options totaling 60 months of performance. The successful contractor shall furnish all labor, supervision, management, supplies, equipment, transportation, and any other items necessary to provide security related services at U. S. Navy Installations within the Commander Navy Region Mid Atlantic (CNRMA), except where otherwise stated, under a combination firm-fixed price (FFP) and indefinite quantity (IDIQ) contract. Specific duties include, but are not limited to, entry control point services, identification checks, vehicle inspections, emergency closure procedures, roving guard services, perimeter patrol, interior patrol, building checks, crowd control, security screening, and traffic control. Start-up of the individual installations will be phased-in during the base period of the contract, and there will be a 30-day transition period to full performance at each installation. The Contractor shall provide armed and administrative security services and may be working along side existing government security forces ! that have law enforcement responsibilities. The anticipated regional security contract will include guard services which were previously contracted for before the enactment of 10 USC 2465. Initial work locations are as follows: Naval Weapons Station (NWS) Yorktown/Cheatham, VA, NSA Philadelphia, Norfolk Naval Shipyard (NNSY) Portsmouth, Craney Island Fuel Terminal, Portsmouth, VA, Lafayette River Complex, Norfolk and Naval Weapons Station (NWS) Earle, NJ. The remaining locations will be phased in as their current contracts expire: Naval Undersea Warfare Center (NUWC) Newport, RI, USS Constitution, Boston, MA. The Capability Statement should include the following: 1) Name and address of firm, 2) Relevant experience and past performance 3) Ownership, 4) Year firm was established, 5) Name of two principles to contact, including title and telephone number, 6) statement indicating that you are a certified 8(a) participant under NAICS code 561612, 7) SBA Business Opportunity Specialist name and phone number assigned); 8) Indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database; 9) Information on relative past projects that best illustrate your qualifications for this contract/region(s) you are interested in, of specific interest are multi-site projects (list up to five projects performed within the last five years). Include all planned subcontractors showing experience in providing and managing armed security services at multiple locations. (10) Subcontract management - provide information on any proposed teaming arrangemen! ts (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513. The Government reserves the right to request additional information as needed, from any and all respondents. The information must be complete and sufficiently detailed to allow the NAVFAC team to determine the firm's qualifications to perform the defined work. Please provide on 8 by 11-inch standard paper and limit number of pages to 20 (including all attachments). Interested parties shall submit responses via email in Microsoft Word format to cynthia.brown@navy.mil, Contract Specialist 757-322-1023. Your information must be submitted to NAVFAC MIDLANT no later than 17 days from posting of this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5114203a0f58613c68b06bf5b519c21&tab=core&_cview=1)
 
Record
SN01769326-W 20090315/090313220712-a5114203a0f58613c68b06bf5b519c21 (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.