SOURCES SOUGHT
99 -- The Defense Threat Reduction Agency (DTRA) is performing an assessment of access control for the primary and alternate National Military Command Center (NMCC).
- Notice Date
- 12/23/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD 20640-5115
- ZIP Code
- 20640-5115
- Solicitation Number
- N0017410SND07
- Response Due
- 1/19/2010
- Archive Date
- 2/20/2010
- Point of Contact
- Primary: Juzar Ghadyali 301-744-6633Alternate: Georgia Warder 301-744-6679
- E-Mail Address
-
Juzar Ghadyali
(juzar.ghadyali@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Indian Head Division, Naval Surface Warfare Center (IHD/NSWC). Currently, the Defense Threat Reduction Agency (DTRA) is performing an assessment of access control for the primary and alternate National Military Command Center (NMCC), which is expected to be completed by the end of this calendar year. It is the intent of the Joint Staff Security Office to implement the recommendations and findings from the assessment in addition to the implementation of improvements to the NMCC access control systems. The purpose of this Sources Sought is to seek the availability and capability of qualified small businesses that are interested and capable of performing the work described herein: -Utilize results of DTRA assessment and other related data to develop courses of action (COA), seek leadership approval of a selected COA, prepare requirements documents, and accomplish related action necessary to facilitate improvement of access control systems for the primary and alternate NMCC. Qualifying small businesses must have the following competencies: oPhysical security expertise, with emphasized knowledge in the areas of design, installation, and interoperability of access control systems, to include card readers, turnstiles, biometric readers, and related state-of-the-art technologies oKnowledge of current industry standards for documented access control tactics, techniques, and procedures (TTP) oExcellent writing and briefing abilities; ability to conduct research, develop and brief courses of action, and ability to turn selected course of action into detailed requirements documents oFamiliarity with developing statements of work/performance work statements/technical proposals for security access control systems oAbility to formulate notional equipment requirements and estimated costs based on requirements for security access control systems oKnowledge of Federal and DoD access control standards, such as Homeland Security Presidential Directive 12 (HSPD-12), the Department of Defense HSPD-12 implementation plan, Federal Information Processing Standards (FIPS) Publication 201-1, and other relevant directives as they relate to access control requirements The Facility Clearance/Personnel Clearance requirements will be as follows: The contractor shall have a Top Secret (TS) facility clearance as verified in the Industrial Security Facility Database (ISFD). All contractor personnel shall possess a current TS clearance based on a Single Scope Background Investigation (SSBI) completed within the last five years, with Sensitive Compartmented Information (SCI) eligibility. Capability statements must specify the offeror's business size and type, and demonstrate similar work that has been performed in the past. Capability statements should also clearly demonstrate the offeror's ability to fully meet the requirements specified above, including the security requirements. This is not a request for proposals. The intention of this announcement is to survey the market for potential offerors. Questions regarding this requirement must be submitted by email and directed to Juzar Ghadyali at Juzar.ghadyali@navy.mil. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concerns name and address). Responses will be reviewed only by IHD personnel and will be held in a confidential manner. In the event a solicitation is issued, NAICS code 541330 with a size standard of $27 million is being considered. The prime vendor must have the capability to perform more than 50% of the total effort. A copy of the capability statement must be received at the address identified in this synopsis no later than close of business on January 19, 2010. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017410SND07/listing.html)
- Record
- SN02030612-W 20091225/091223234813-a018f2f4b8400c15d71f534e1c8f94c8 (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 |