SOURCES SOUGHT
R -- STATE OFFICE PHYSICAL SECURITY REMEDIATION
- Notice Date
- 3/17/2015
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
- ZIP Code
- 20510-7207
- Solicitation Number
- 2015-S-042
- Archive Date
- 4/15/2015
- Point of Contact
- Nicole A. Barnes,
- E-Mail Address
-
acquistions2012@saa.senate.gov
(acquistions2012@saa.senate.gov)
- Small Business Set-Aside
- N/A
- Description
- DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR OUTSOURCING OF State office physical security remediation. The purpose of this sources sought synopsis is to gain knowledge of qualified industry sources or service providers for State Office Physical Security Remediation, Monitoring Services and Program Support. The United States Senate, Office of the Sergeant at Arms (SAA), Office of Protective Services and Continuity (OPSAC) requires Subject Matter Expert (SME) services to ensure approximately 450 Senate offices located throughout the fifty (50) states are provided with physical security products, services and support. The average number of new security system installations may range from forty (40) to eighty (80) offices per year, depending upon the turnover of Senate offices and the Senate's election cycle. Support of four (4) full-time SME's shall be required. All on-site SME(s) must demonstrate, by way of written resume and oral presentation, complete understanding of industry and government standards, best practices, and successful experience including experience in the planning, design, installation, inspection, service, maintenance, and monitoring of burglar alarm and/or access control security systems. This is not a request for proposal and in no way obligates the Senate to an award of a contract. This sources sought synopsis contains the most currently available information. This information is subject to change at any time. Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. REQUIREMENTS: The key functional areas are: 1) Subject Matter Expert(s) to provide technical services and support for planning, design, hardware purchase, installation, testing, inspection, servicing, and maintenance of security systems. Planning and design of security systems shall be performed in coordination with SAA designated Program Manager/ Construction Superintendent. Support shall include monitoring, testing and inspection of the alarm and/or access control systems installed in each Senate state office. 2) Program Management to include limited on-site management and program coordination at the Senate's Capitol Hill office. Program Manager shall oversee SME's for the planning, design, hardware acquisition, and installation of security systems. Program Manager shall ensure proper coordination with SAA designated Program Manager/ Construction Superintendent during the planning, design and installation phases. The Program Manager must have at least ten (10) years of industry experience, and at least five (5) years experience as Program Manager or Director of a national account program. The remaining Subject Matter Expert(s) must have at least five (5) years of industry experience, with at least two (2) years working on a national account program desireable but not required. 3) Training to include end-user security training in multiple media and custom materials that will ensure proper usage of all installed state office physical security systems; and, 4) Technical writing support and expertise for the development and maintenance of operation and instruction manuals. RESPONSES: Contractors will be required to demonstrate a nationwide presence, either through its organizational structure or through existing business relationships with ancillary contractors. In responding to this notice, state your qualifications to perform each of the mandatory requirements listed above. Your response to each requirement must include paragraph numbering identifiable to the requirements listed above. In addition, submissions must include: a) Program Manager and Subject Matter Expert(s) resumes; b) past performance experience/information in each requirement for a minimum of three contracts of similar scale, less than two (2) years old that demonstrate use of capabilities and products relevant to those necessary to meet the Senate's requirements, including contract number, customer name and address, and brief synopsis of work performed relevant to requirements 1-4 listed above, c) organizational information including your Dun and Bradstreet number and point of contact with telephone, fax and e-mail address. After receipt and review of the responses to this SSN, the SAA intends to issue a solicitation. The information contained in this notice will be the only information provided by the Senate during the Sources Sought process. All qualified sources should respond to this Sources Sought by submitting an information package in accordance with the instructions provided. Vendors responding to this notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only firms deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during the third quarter of Fiscal Year 2015. Neither the SAA nor the Senate will be responsible for any costs for the preparation of responses to this request. INSTRUCTIONS: Responses to this Sources Sought request are due to the POC no later than March 31, 2015 at Noon EST and shall be submitted electronically via email only to the attention of Nicole A. Barnes at acquisitions2012@saa.senate.gov. The subject line of the email message shall be: "SSN 2015-S-042 State Office Physical Security Remediation". No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages, including resumes, past performances, and all other documentation referenced above. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor's information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2015-S-042/listing.html)
- Place of Performance
- Address: Washington, DC, United States
- Record
- SN03669825-W 20150319/150317234920-7f84c1da579ce24adecdf51dd038f2a6 (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 |