Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2013 FBO #4340
SOURCES SOUGHT

S -- Protective Security Officers (PSO) Services throughout Upstate New York - Sources Sought Questionnaire

Notice Date
10/10/2013
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQE2-14-R-00001
 
Point of Contact
Margie Cox Marvel, Phone: 2155213113
 
E-Mail Address
margaretmary.coxmarvel@hq.dhs.gov
(margaretmary.coxmarvel@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Questionnaire The Federal Protective Service (FPS) is the Federal Law Enforcement and Security Organization responsible for the Protection and Security of Federal Buildings, Property, and Personnel across the Nation. The FPS operations focus on Law Enforcement and reduction of Federal Facility vulnerabilities to criminal and terrorist threats as well as accidental and natural hazards, while ensuring that Public Facilities are safe, secure, and remain available as a vital part of everyday American life. FPS currently performs all necessary Security and Law Enforcement functions at nearly 9,000 federally owned and leased locations throughout the United States and its territories. The Federal Protective Service (FPS) is conducting Market Research to locate qualified, experienced, and interested potential Small Business Sources capable of providing Protective Security Officers (PSO) Services throughout Upstate New York. A PSO is the equivalent of an Armed Guard II as set forth in the Department of Labor (DOL) Directory of Occupations. The information requested by this Sources Sought may be used within FPS to facilitate Acquisition Planning and will not be disclosed outside of the Government. The Contractor will be required to provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, files and any other resources necessary to accomplish the security services. PSOs will be required to be armed and some posts may require screening of visitors using x-rays/magnetometers. All personnel supporting the Contract will be required to meet FPS training, certification, suitability standards and the security services to be provided will include: Basic Services - Basic Services are the permanent ongoing recurring services at Federal Locations. Temporary Additional Services (TAS) - During the term of the Contract, the Government will have requirements for Temporary Additional Services (TAS) beyond the Basic Services requirements. TAS are short term, non-recurring needs for service such as an increase in hours to an existing post or added posts to include the weekend where a public demonstration is taking place over the weekend, addition of posts to provide for increased security for special events or high profile visitor to the building, extension of existing post hours in a building to cover seasonal fluctuations (such as at an IRS building during tax season), etc. Due to the nature of TAS the Contractor may be required to perform these services with little advance notice. Emergency Security Services (ESS) - The Contractor shall furnish fully qualified PSOs, management, supervision, equipment, supplies and any other cost for sustained emergency surge security force services. Deployments may be to large and small-scale events such as natural disasters, civil disturbances, or other unanticipated events on an as-needed basis. The requirements under "ESS" Contract Line Item Number (CLIN) may be ordered for anywhere in the geographic area covered under this Contract with little, if any advance notice. There will be no "phase-in" period for these requirements. The Contractor shall have sufficient, fully qualified staff to meet all requirements ordered under the ESS CLIN at any time. The training requirements to be provided by the Contractor for all PSOs working under this effort can be broken down into four categories: One Time Only: 40 hour Basic Training Initial Weapons Training Orientation Training Supervisor Training Annual: AED CPR Less-Than-Lethal Weapons (i.e. Baton/OC Spray) Semi-Annual: Weapons Every Three Years: First-Aid Refresher Training This acquisition is for approximately 380,000 hours of Basic Service, 20,000 hours of Temporary Additional Services and 3,500 hours of Emergency Security Services per year. Currently, there are an estimated 205 guards protecting approximately 95 posts at over 55 buildings. The estimated value of this Contract is between $75M and $80M. For purposes of the Sources Sought, the North American Industry Classification System (NAICS) Code is 561612 and the small business size standard is $18.5 million. If you believe your firm is capable of providing the requirements described in this Sources Sought, please provide capability information using the attached Sources Sought Questionnaire in excel format via email to Margie Cox Marvel, margaretmary.coxmarvel@hq.dhs.gov by October 17, 2013 at 1400 EST. In the subject line of your e-mail response, please provide your Firm's Name and the Solicitation Number (HSHQE2-14-R-00001). The Government requests that you do NOT submit any other company promotional or informational material. This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for Proposal, a Request for Quotation, or an Invitation for Bid. It is not to be construed as a commitment by the Government to issue a Solicitation or ultimately award a Contract for the items contained in the Sources Sought. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought, and responses to this notice cannot be accepted as offers. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE DO NOT REQUEST A COPY OF A SOLICITATION. All responses will be used to determine the appropriate Acquisition Strategy for the future Acquisition. Per HSAM 3005.207 the FedBizOpps staff is not authorized to determine the classification code for any FedBizOpps notice. Because a misclassified Contract action fails to notify the firms most likely to respond and therefore may violate the Competition in Contracting Act, the Contracting Officer is held responsible for correctly classifying a FedBizOpps notice. A misclassified Contract action must be corrected and re-synopsized in the FedBizOpps. Detailed classification codes are available on the FedBizOpps website at: http://www.FedBizOpps.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3d5d0d13f88c69d7a15839050e21b05)
 
Place of Performance
Address: Upstate New York, United States
 
Record
SN03214787-W 20131012/131010234002-a3d5d0d13f88c69d7a15839050e21b05 (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.