Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

S -- NNSA Pantex/Y-12 National Security Complex and DOE Oak Ridge Office Consolidated Protective Force Services - RFI Attachments

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
 
ZIP Code
20585
 
Solicitation Number
DE-SOL-0003552
 
Archive Date
12/24/2012
 
Point of Contact
Krystal Maestas, Phone: (505) 845-4268, Catherine Waters, Phone: (505) 845-6478
 
E-Mail Address
Krystal.Maestas@nnsa.doe.gov, Catherine.Waters@nnsa.doe.gov
(Krystal.Maestas@nnsa.doe.gov, Catherine.Waters@nnsa.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI Attachment 3 - Accounting System Questionnaire RFI Attachment 2 - Statement of Financial Capability RFI Attachment 1 - DRAFT Performance Work Statement (RFI) The U.S. Department of Energy (DOE) National Nuclear Security Administration (NNSA) is seeking to determine the extent to which small businesses, small business-led teams, and joint ventures that qualify as small businesses, are capable of performing consolidated security protective force services in whole or in part at its Pantex Plant, located in Amarillo, Texas, and Y-12 National Security Complex (NSC), which includes the Central Training Facility, located in Oak Ridge, Tennessee. Additionally, the same contractor under this acquisition must provide protective force services for the DOE Oak Ridge Office (DOE-OR), located in Oak Ridge, Tennessee. OR, which is comprised of the Oak Ridge National Laboratory (ORNL), East Tennessee Technology Park (ETTP) and the Federal Building Complex (FBC). The purpose of this market research is to determine: 1) if Small businesses, small business-led teams, and/or joint ventures that qualify as small businesses are capable of performing the requirement as the prime contractor; 2) what functions can be reasonably separated from the main requirement and be performed by a small business or small business teaming arrangement as a separate prime contract to support the main protective forces requirement; and 3) if any additional functions can be reasonably subcontracted by a protective services prime contractor for small business concerns to ensure that maximum practicable opportunities are made available. The protective force employees are represented by various unions. Pantex's protective force employees are represented by the Pantex Guard Union (PGU); the Y-12 NSC protective force employees are represented by the International Guards Union of America (IGUA); and the ORO protective force employees are represented by the Security Police and Fire Professionals of America (SPFPA) at ETTP and by IGUA at the other locations. The successful offeror will be bound by the terms of the Collective Bargaining Agreements (CBAs) in effect at the time of contract award. The PGU CBA expires on June 10, 2012. The SPFPA CBA expires October 30, 2012. The IGUA CBAs expire August 15, 2012 (Y-12 and ORNL) and September 13, 2012 (FBC). The IGUA also represents the Central Alarm Station (CAS) Operators and the Central Training Facility Instructors and their CBA expires on September 8, 2014. Copies of the current CBAs can be obtained from the NNSA Contract Specialist. The offeror's work force size will be dependent upon operational and funding requirements. Current authorized staffing is approximately 900 bargaining employees at Pantex/Y-12 NSC and 250 bargaining employees at ORO. It is anticipated the contract type will be Cost-Plus-Award-Fee (CPAF). The term of the contract is anticipated to be five years (three-year base period and a two-year option period). The objective of the contract is to provide continuous protective force services 24 hours a day, 365 days per year at Pantex/Y-12 NSC and ORO in accordance with DOE and NNSA requirements under both routine and emergency conditions. The mission of the protective force contractor will be the physical protection of security interests to include nuclear explosive devices, Special Nuclear Material (SNM), national security operations and vital equipment, classified and sensitive information, government property and facilities. A description of the considerations and requirements is listed in the attached draft Performance Work Statement (PWS). Interested small businesses, small business-led teams, and joint ventures that qualify as small businesses are encouraged to submit a Statement of Capability (SOC). The SOC must address both technical and financial capabilities for a 5-year contract effort in excess of $1B. The technical SOC must include the following information: 1) Company Name and Mailing Address; 2) Point of Contact (name, title, telephone number, and email); 3) Type of Small Business (Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Veteran-Owned Small Business, etc.); 4) A brief statement shall be submitted describing how your company might propose performing the percentage and types of work outlined in the Federal Acquisition Regulation (FAR) 52.219-14(b)(1) under any of the following business models: a) a single small business performing a majority of the tasks outlined in the PWS as a prime contractor; b) an affiliation and/or small business led team where performance of the entire or majority portion of the PWS is completed by the small business team as a prime contractor; or c) a single or affiliation/team of small businesses as a joint venture with a large business (qualifying as a small business), performing the entire PWS. (NOTE: If more than one firm is contemplated, include the capabilities of each and identify which aspects of the draft PWS would likely be performed by each firm.) 5) A brief statement or list of what functions that, in your opinion, can be reasonably separated from the main requirement (see draft PWS) and be performed by a small business or small business teaming arrangement as a separate prime contract to support the main protective forces requirement. 6) A brief statement or list of functions that, in your opinion, the protective forces prime contractor can reasonably subcontract to small businesses while ensuring that security functions are fully integrated 7) A brief summary of your company experience and past performance within the last 5 years as it relates to the requirements outlined in the draft PWS, specifically focusing on: a) Company's capability to train, field, and deploy a tactical paramilitary force as detailed in the draft PWS; b) Company's capability to identify and deploy state of the art tactical security technologies as outlined in the draft PWS; c) Company's capability to develop and implement tactically sound security incident response procedures; d) Company's capability to implement program management, performance assurance and integrated safety management principles; e) Company's capability to manage and coordinate relationships with collective bargaining units, management and operating (M&O) contractors and other site tenants. 8) Each company's experience (government or commercial) summary should include: a) Contract/project title and ID number; b) Brief description of the project; c) Client/customer point of contact (name, address, phone number and email); d) Dollar value of the contract/project; e) Period of performance of contract/project; f) Relevance of contract/project to the draft PWS; and g) Past performance rating demonstrating the capability of the firm(s) to successfully perform the work outlined in the draft PWS. A financial SOC form is included as a separate attachment that must be completed to ascertain whether the potential offeror has (or will have) the financial capability to meet the cash flow requirements of the anticipated contract. All financial information provided will be treated as proprietary data and will not be disclosed outside of the evaluation team. Refusal to submit the financial SOC form will result in an assumption of insufficient financial capability. In addition to the required financial SOC form, contractors must review and complete the attached Accounting System Survey questionnaire. Any contractor considered for award of this contract will be required to have a functional accounting system in place prior to award that is determined adequate for accumulating and reporting costs applicable under the contract. The Accounting System Survey questionnaire will assist the prospective contractor in determining whether its accounting system is adequate. The approximate date for Request for Proposal (RFP) release is during the 2nd Qtr, FY2012. The North American Industry Classification System (NAICS) code for this procurement is 561612, Security Guards and Patrol Services, with a small business size standard of $18.5M. This announcement is being used solely to determine if sufficient small business interest and capability exists to set-aside this acquisition for small business. This is not a request for proposal, and the SOC is not a proposal. Large businesses shall not respond to this announcement; however, large businesses should consider teaming with a small business or a team of small businesses. The technical portion only of the SOC shall not exceed twenty-five (25) pages, with a font size no smaller than 12. Any pages submitted in excess of the 25 pages (other than the financial capability documents) will not be reviewed. SOCs must be submitted electronically via email to Contract Specialist, Ms. Krystal Maestas at krystal.maestas@nnsa.doe.gov by 3:00 PM MST, December 23, 2011. Any SOCs received after this time and date will not be reviewed. Any questions with regard to this announcement must be submitted electronically by clicking the "Submit Question" button located on the webpage for this request for information. Prospective Offerors, in consultation with legal counsel, are encouraged to review Small Business Administration's (SBA's) size eligibility standards found at Title 13 of the Code of Federal Regulations, Section 121 (13 CFR 121). In particular, offerors proposing a joint venture, subcontracting, or another form of teaming arrangement should review 13 CFR 121.103, "How Does SBA Determine Affiliation." For additional information regarding the Small Business Program please contact your local Small Business Administration (SBA) Area Office for guidance. The area office information can be found at http://www.sba.gov/content/government-contracting-field-staff-directory. A webpage for this acquisition has been created and can be found at the following link: http://www.doeal.gov/. On the left menu please select "Major Contract Solicitations" and scroll down to the "NNSA Pantex/Y-12 National Security Complex and DOE Oak Ridge Office Consolidated Protective Force Services" for the most current information related to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0003552/listing.html)
 
Place of Performance
Address: Multiple locations -, Amarillo, Texas and Oak Ridge, Tennessee, United States
 
Record
SN02634350-W 20111208/111206234508-ec22fe7c9c47140390f60ae754990678 (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.