Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2015 FBO #4862
SOURCES SOUGHT

R -- Request For Information - Intrusion Detection Alarm Response - Request For Information

Notice Date
3/16/2015
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSA - A&S Support, Attn: OCSA Mail Stop S84-OCSA, 7500 Geoint Drive, Springfield, Virginia, 22150, United States
 
ZIP Code
22150
 
Solicitation Number
HM0177-14-R-0020
 
Archive Date
4/8/2015
 
Point of Contact
Delphia P. Cooley, Phone: 5715572378
 
E-Mail Address
delphia.p.cooley@nga.mil
(delphia.p.cooley@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Intrusion Detection Alarm Response Performance Work Statement REQUEST FOR INFORMATION INTEGRATED SYSTEM PROGRAM OFFICE 1.0 Description and Purpose 1.1 The National Geospatial-Intelligence Agency (NGA) in support of the Integrated System Program Office (ISPO) is seeking information on how an interested contractor could respond to intrusion detection alarm activation. 1.2 The purpose of this Request for Information (RFI) is to identify sources that have the knowledge, skills, experience, resources, and clearances, to achieve the requirements outlined in the attached draft Performance Work Statement (PWS) and to determine if this effort could be solicited as a Small Business set-aside. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI - all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background NGA has a mission-critical need for intrusion detection alarm response. 2.1 Planned Acquisition: (see attached Performance Work Statement) 2.2 Performance: 2.2.1 Period (POP): One year base plus four (4) one-year option periods 2.2.2 Location(s): NGA ISPO, Aurora, Colorado 2.3 Constraints and Limitations: The following are anticipated to apply to this acquisition: • The Contractor shall respond to alarm activation within a Special Compartmental Information Facility (SCIF) no later than 59 minutes of notification of alarm detection. • The Contractor personnel shall be available to respond Monday through Friday from 1700 to 0800, 24 hours on weekends, and 24 hours on federal holidays. 2.4 Security Requirements: The following security requirements are anticipated to apply to this acquisition: • The Contractor personnel must be a U.S. citizen. • The Contractor personnel must possess a Top Secret security clearance and be Special Compartmented Information (SCI) eligible as well as pass a Counter Intelligence (CI) polygraph examination should one be required. The Contractor is responsible for maintaining the clearances of their personnel. 2.5 Organizational Conflict of Interest: Do you foresee any Organizational Conflicts of Interest (OCI) issues? If so, please identify what potential OCI issues you think you may have?. 3.0 Requested Information Responses must contain UNCLASSIFIED information only and be marked "UNCLASSIFIED" on all pages of the response.. No classified information may be included anywhere in the response. Neither proprietary or classified concepts, nor classified information should be included in the submittal. Input on the information contained in the responses may be solicited by NGA from non-Government consultants / experts who are bound by appropriate non-disclosure agreements. 3.1 ADMINISTRATIVE Information to include the following as a minimum: 3.1.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, company website, and e-mail of designated point(s) of contact. 3.1.2. Business Type: based upon North American Industry Classification System (NAICS) code 561612 - Security Guards and Patrol Service applicable to this acquisition, the responder is to provide answers to the following questions: To be considered for a Small Business set-aside, at least 50 % of the cost of contract performance incurred for personnel shall be expended for employees of the responder.( FAR 52.219-14, Limitation of Subcontracting) RESPONSE Are you a Small Business? (FAR 19.102), If so, which type: □ YES □ NO Small Disadvantaged small business? (FAR 19.304) □ YES □ NO Service Disabled small business? (FAR 19.14) □ YES □ NO 8(a) Small Disadvantaged small business? (FAR 19.8) □ YES □ NO HUBZone small business? (FAR 19.13) □ YES □ NO Woman-Owned Small Business? (FAR 19.15) □ YES □ NO Involved in a mentor and/or protégé program? (DFARS 219.71) □ YES □ NO 3.1.3 Recommendation for alternative NAICS Code? Provide rationale for any NAICS Code applicable to the planned acquisition other than the NAICS code identified above. 3.1.4 DUNS Number: 3.1.5 Commercial and Government Entity (CAGE) Code: Defense facility security clearance? What type? What level? 3.1.6. Do you hold a GSA Federal Supply Schedule (FSS) contract applicable to the NAICS code (s) identified above? If yes, provide contract number(s). 3.1.7. Are you interested in: Prime contract? Teaming to include Joint Venture? Subcontractor opportunities? 3.1.8 If you are a large business, what portion of the work could be set-aside as a subcontract for small businesses? 3.1.9 Include additional details that are not already requested based on the constraints of the information request. 3.2 EXPERIENCE - 3.2.1 Commercial - Provide relevant details on the responder providing the same or similar services offered or made to the general public or to non-governmental entities for purposes other than governmental purposes in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the size and length of the effort, responder performing as a prime or subcontractor, customary practices (warranty, financing, discounts, contract types, etc.) under which the sales of the service(s) are made, security details, the customary practices regarding customizing, modifying, or tailoring of a service(s) to meet customer needs and associated costs, the kinds of factors that are used to evaluate performance; the kinds of performance incentives used; the kinds of performance assessment methods commonly used; the common qualifications of the people performing the services; and requirements of law and/or regulations unique to these service(s), that can demonstrate the responder's abilities and capacity to meet NGA's performance work statement. 3.2.2 Government - Provide relevant details on the responder providing the same or similar services offered or made to Government agencies other than NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, agency, responder performing as a prime or subcontractor, size and length of the effort, type of pricing and/or cost, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's performance work statement. 3.2.3 NGA - Provide relevant details on the responder providing the same or similar services offered or made to NGA in the last three (3) years. Relevant details to NGA's proposed acquisition should include, but not be limited to, information regarding the contract number, program name, size and length of the effort, responder performing as a prime or subcontractor, type of pricing and/or cost, security details, the kinds of factors used to evaluate performance; the kinds of performance incentives; the kinds of performance assessment methods; the qualifications of the people performing the services; and any unique terms and conditions, that can demonstrate the responder's abilities and capacity to meet NGA's performance work statement. 3.3 CAPABILITIES - The following is the responder's capabilities to meet the proposed acquisition set forth in Section 2 of this RFI including the Performance Work Statement. 3.3.1 Services needed to support the RFI performance work statement 3.3.1.1 Service capabilities that the responder currently possesses. Responses should include the relevant information regarding specific skills, experience, and clearances that its employees, by labor category, currently possess in performing these services, and any needed hardware or software. 3.3.1.2 Detail the service capabilities that the responder currently does not possess in order to meet the PWS. 3.3.2 Recommended type of pricing for this type of service (e.g. FFP, FPIF CPIF) 3.3.3 Extent to which the responder has the ability to meet the proposed acquisition 3.3.4 Notional schedule and type of plan for transition of this type of service. 3.3.5 Security capabilities and plans that demonstrate the ability to meet NGA's security requirements beginning at contract award and throughout the POP. 3.3.6 Extent to which the responder is aware of any potential Organizational Conflict of Interest issues or a non-immitigable OCI related to current development work at NGA. 3.4 RECOMMENDATIONS - The responder is invited to provide information and recommendations for fashioning this proposed acquisition. Recommendation areas may include the type of contract, anticipated contract terms & conditions, incentives, variations in delivery schedule, price and/or cost proposal support, and data requirements, contract pricing, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives. The responder may opine regarding what portion of the work could be set-aside for small businesses if all the required work cannot be provided by a small business. Details to support any recommendations for partial small business set-asides should be included. 4.0 Responses 4.1 Interested parties are directed to respond to this RFI with a white paper. 4.2 White paper shall be in Microsoft Word for Office or compatible format and shall not exceed 5 pages. A page is defined as each face of an 8½" x 11" sheet with information contained within a one inch margin on all sides. Font type shall be Times Roman 12 point. 4.3 Responses containing the white paper are due no later than 12:00 pm ET on 24 March 2015. Responses shall be limited to and submitted via e-mail only as a message attachment to Delphia.P.Cooley@nga.mil with the message subject line "RFI Response - [INSERT Business name]". 4.3 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Meetings and Discussions - The Government representatives may or may not choose to meet with potential RFI service provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks. 6.0 Questions - Questions and the white paper regarding this RFI should be submitted in writing by e-mail to Delphia.P.Cooley@nga.mil. 7.0 Summary This RFI is only intended for the Government to identify sources that can provide the needed services to fulfill the Government's performance work statement. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCM-WD-51/HM0177-14-R-0020/listing.html)
 
Place of Performance
Address: 3950 North Lewiston Street, Suite 320, Aurora, Colorado, United States
 
Record
SN03668839-W 20150318/150316234847-cc141d364233ce8cff53463db8bbbd7c (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.