Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2010 FBO #3312
SOURCES SOUGHT

R -- PROTECTIVE SUPPORT SERVICES FOR JOHNSON SPACE CENTER INCLUDING WHITE SANDSTEST FACILITY

Notice Date
12/17/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ11367009L
 
Response Due
1/20/2011
 
Archive Date
12/17/2011
 
Point of Contact
Lee A Audet, Contracting Officer, Phone 281-483-1871, Fax 281-483-7890, Email lee.a.audet@nasa.gov
 
E-Mail Address
Lee A Audet
(lee.a.audet@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is issued by the NASA/JSC as a Request for Information seekingcapabilities from industry to solicit responses from interested parties. This document isfor information and planning purposes and to allow industry the opportunity to verifyreasonableness and feasibility of the requirement, as well as promote competition,subject to FAR Clause 52.215-3, entitled 'Request for Information or Solicitation forPlanning Purposes.' It does not constitute a Request for Proposal, Invitation for Bid, orRequest for Quotation, and is not to be construed as a commitment by the Government toenter into a contract. Interested parties having the required specialized capabilities to perform any of theaspects of the effort described in this RFI are requested to submit a capabilitiesstatement indicating their ability to meet the specific requirements. This statementshould provide examples of current expertise reflecting world classmulti-state/multi-site protective services, security, and emergency response.Capabilities statements should show the ability to provide all necessary resources toestablish and conduct a comprehensive security program, without compromise, whileprotecting the people, assets and operations. Interested parties are invited to submitcomments and capabilities via e-mail to: Lee Ann Audet at lee.a.audet@nasa.gov. Whenresponding, please reference NNJ11367009L.A website for this contemplated acquisition has been developed at the following link.http://procurement.jsc.nasa.gov/pssjsc/ Interested parties are responsible for checking this website for further information andupdates. The current contract will be posted to the website noted above. Information Requested As part of the Governments continuous information exchange with industry whileformulating the acquisition strategy for the Protective Services, security, and emergencyresponse requirement, the Government requests your assistance as it seeks to arrive atthe most suitable approach for acquiring these services. In order for NASA to make thisdetermination, the Government requests information in order to gain knowledge frompotential offerors. Please provide a brief response to each of the questions that follow:a. Please provide your view regarding what type of contract and what contract durationprovides the best approach for this type of work. How should the risks versus rewardsbe shared by the Government and contractor? How does the proposed contract typeincentivize the contractor to perform high quality work at a reasonable price? Discussyour views specific to this request regarding incentive fees, award fee, and/or otherappropriate incentives for contractor performance in terms of: 1) fixed pricerequirements; 2) cost type requirements. How would contract duration impact the qualityof the work and best value for the government?Discuss your views regarding factors suchas base period and options.b. Suggest any portions of this acquisition for which fixed price contracting could beutilized. Discuss your rationale for each area identified and your thoughts on thefeasibility of each area. Additionally, how can NASA design/structure the fixed price portions of the acquisitionto: 1) ensure outstanding facility security and emergency response are optimized; 2)maintain the flexibility needed to handle unplanned work without invoking excessive costor contracting delays (the duration of such unplanned work may vary from a few hours toseveral days); and 3) ensure that small business goals are met or exceeded. Discuss allalternatives you would like NASA to consider. c. What metrics could NASA use to monitor the contractors accomplishments for effortsover and above standards stated in the contracts for: 1) the fixed price portions; 2) theportions that are not fixed price? d. Discuss your views on what is the industry standard for submittals of reporting,surveillance, etc.e. This requirement will include support for workload at NASA's Lyndon B. Johnson SpaceCenter (JSC); Ellington Field (EF); Sonny Carter Training Facility (SCTF) in Houston,Texas and will also include the White Sands Complex (WSC)and the White Sands TestFacility (WSTF) in Las Cruces, New Mexico. NASA would like industry to identify anyrisks/concerns regarding their capability to provide a qualified workforce for theidentified locations. Responses must include the following: name and address of firm, size of business; averageannual revenue for past 3 years and number of employees; ownership; company size and if aSmall Business, note each category: Small Businesses (SBs), Small DisadvantagedBusinesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-OwnedSmall Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), andHistorically Black Colleges and/or Universities/Minority Institutions(HBCU/MIs).Responses should reflect the number of years currently in business; affiliate informationsuch as parent company or joint venture partners; a list of customers covering the pastfive years (highlight relevant work performed, contract numbers, contract type, dollarvalue of each procurement; and point of contact - address and phone numbers) and specificexamples of relevant work experience. In order to facilitate teaming arrangements, NASAintends to release the names, addresses, and points of contact of all respondents on theNASA website for this acquisition, unless specifically requested not to do so by therespondent. Again, this is a request for information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. TheGovernment will not pay for any information solicited. No evaluation letters and/orresults will be issued to the respondents. Individuals and/or companies are requested toprovide electronic responses via e-mail to the Contracting Officer listed at the end ofthis synopsis.Responses are required by 4:00 p.m. CDT on January 20, 2011. Nosolicitation exists; therefore, requests for copies will not be provided. If a futuresolicitation is released it will be synopsized in FedBizOps.gov and on the NASAAcquisition Internet Service. Potential offerors are responsible to monitor these sitesfor the release of any future solicitation or synopsis. The Government intends to reviewthe responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for aproposal. Data that is submitted as part of Industrys response that is markedProprietary will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11367009L/listing.html)
 
Record
SN02346722-W 20101219/101217234223-2af79925cae55a7216bf7d5ed0cf82fc (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.