SOURCES SOUGHT
S -- NASA DRYDEN PROTECTIVE SERVICES
- Notice Date
- 12/16/2010
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND11368703R
- Response Due
- 1/6/2011
- Archive Date
- 12/16/2011
- Point of Contact
- Robert Medina, Contracting Officer, Phone 661-276-3343, Fax 661-276-2904, Email robert.medina-1@nasa.gov - Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov
- E-Mail Address
-
Robert Medina
(robert.medina-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Dryden Flight ResearchCenter (DFRC) is seeking capability statements from all interested parties, whether theyare large, small, small disadvantaged, 8(a), Historically Underutilized Business Zone(HUBZone), woman-owned, veteran-owned, and/or service disabled veteran-owned businessesfor the purposes of determining the appropriate level of competition and/or smallbusiness subcontracting goals for the management, integration and performance of DFRCProtective Services (DPS) at NASA Dryden Flight Research Center, Edwards, California andDryden Aircraft Operations Facility, Palmdale, California (Air Force Plant 42, Site 9).The Government reserves the right to consider a small,8(a), service disabledveteran-owned, or woman-owned small business set-aside based on responses hereto forDPS.The DPS requirements may include the following services and/or support:(1) Security: Physical Security (to include Armed Uniformed Services and Physical AccessControl), Resource Protection, Personnel Security (to include Identity Management andCredentialing), Information Security, Industrial Security, Security Investigations,Locksmith (to include Security Containers), and Protective Services Control CenterOperations (to include 911 Caller Services, Alarm Monitoring and Emergency ResponseDispatch);(2) Emergency Management: Disaster Preparedness, Continuity of Operations Planning(COOP), Emergency Operations Center (EOC) and Incident Management support; and(3) Export Control supportThis requirements NAICS code is 561612 - Security Guards and Patrol Services with a sizestandard of $18.5M annually.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement, exclusive of the one pagesummary, of ten (10) pages (contain a minimum font size of 12 point) or less, (includingattachments) and shall contain a minimum font size of 12 point indicating the ability toperform all aspects of the effort described herein. The capability statements shall besubmitted electronically, via e-mail, to the primary Point of Contact (POC) listed below. Additionally, the capability statement shall list, at a minimum, 2 customer contactscovering the past 5 years (highlight relevant work performed, contract numbers, contracttype, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). To facilitate a prompt review, a one-page summary shall be included with your capabilitystatement(s), which shall identify your companys specific capabilities that are relevant(and reflect the magnitude) to these requirements. The one page summary will not countagainst the page limit. The one page summary shall include:(1) Companys name, address, primary POC and telephone number, (2) Size of business, (3) Companys average annual revenues for the past 3 years and total number of employees,(4) Ownership,(5) Number of years in business, (6) Companys Government size standard/type classification (large, small, smalldisadvantaged, 8(a), woman-owned, veteran owned, service disabled veteran-owned, HUBZonebusiness)(7) Affiliate information: parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime); andpoint of contact position, address and phone number,(8) Applicable NAICS Code(s), and(9) DUNS number and cage code.It is not sufficient to provide only general brochures or generic information. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Robert Medina no later than January 6, 2011. Pleasereference NND11368703R in any response. The responses shall be submitted electronically,via e-mail, to the primary Point of Contact (POC) listed below. Any referenced notes maybe viewed at the following URLs linked below. Responses shall include the companys specific area of interest in this acquisition asbeing either a potential prime contractor or subcontractor. NOTICE: Copies of your capability statement (s) may be made available to prospectiveofferors in the future. Therefore, it should not contain company-sensitive information.DFRC is also interested in contractor feedback related to suggestions for contract type,subcontracting opportunities, and potential breakout requirements. In the event thetotal requirements are competed on an unrestrictive basis, this feedback would be used asresearch information to support the analysis and development of subcontracting goals, and potential teaming arrangements. It would also be used to support any potentialset-asides. This feedback should also be provided electronically via e-mail to theprimary POC by January 6, 2011. Any questions you may have are to be submitted electronically, via e-mail, to the POClisted below to be used for consideration in the development of the requirements. Please copy and paste the e-mail address into your web browser. Please submit all questions and data through the e-mail address only NOT through thephone or fax numbers listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND11368703R/listing.html)
- Record
- SN02345237-W 20101218/101216233905-fcad2508224e01e806b857d7fa74bfc2 (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 |