Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2015 FBO #4936
SOURCES SOUGHT

80 -- anti climb coating - Package #1

Notice Date
5/28/2015
 
Notice Type
Sources Sought
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15I0043
 
Archive Date
7/15/2015
 
Point of Contact
Sharon L. Weber, Phone: 1-703-312-3525, Michael P. Henderson, Phone: 571-345-2379
 
E-Mail Address
WeberSL2@state.gov, HendersonMP@state.gov
(WeberSL2@state.gov, HendersonMP@state.gov)
 
Small Business Set-Aside
N/A
 
Description
anti climb coating Solicitation Number: SAQMMA15I0043 Agency: U.S. Department of State Office: Bureau of Diplomatic Security, Office of Physical Security Programs Location: 1400 Wilson Boulevard, State Annex 14, Rosslyn, VA, 22209 Notice Type: Sources Sought 1.Purpose This is a Request for Information (RFI) as outlined in FAR) Pursuant to FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997. The purpose of this RFI is to accomplish market research regarding after-market coating systems that will enhance the delay time provided by walls and fences pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting providers to support the requirements of the Department of State, Bureau of Diplomatic Security (DS), Office of Physical Security Programs (PSP), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed products in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2. Background The Bureau of Diplomatic Security (DS) is the law enforcement and security arm of the U.S. Department of State (DoS). DS is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy. All Foreign Service posts (embassies, consulates-general, consulates) operate with technical and physical security features designed and maintained by DS. In general terms, DS is responsible for direct, recurring support for physical and technical security programs at some 270 overseas Foreign Service posts. The Office of Physical Security Programs (PSP) has the key role in ensuring that overseas facilities are designed and constructed in accordance with Congressionally mandated security standards. A central tenet in the defensive philosophy of the Bureau of Diplomatic Security (DS) is a layered approach to security that encompasses concentric rings of mutually reinforcing security elements. The most basic element is robust perimeter barriers that are intended to delay and deter individuals climbing over them. An enhancement to a perimeter wall or fence would increase the effectiveness of the barrier and provide additional time to initiate emergency procedures. DS is seeking both commercial off-the-shelf (COTS) and custom developed products intended to be applied to an existing wall or fence to increase the difficulty associated with an individual climbing the wall. While potential vendors may suggest an item that is a modification of an existing product, the requirement of any future procurement will be a COTS product that is available for sale to the U.S. government or a U.S. government contractor or sub-contractor, in single-piece quantities. 3.Prerequisites At this time, there is no requirement for a facility security clearance or cleared staff under the National Industrial Security Program. However, if a respondent participates in the National Industrial Security Program and has facility and personnel clearances, that information should be provided in the response. 4.Requirements Diplomatic Security seeks a Fence/Wall Coating System that will increase the physical delay associated with an existing perimeter wall or fence system. 4.1.Product Function 4.1.1.The purpose of the product is to enhance the inherent delay time of an existing perimeter barrier. A perimeter barrier surface material includes, but is not limited to concrete, masonry, stone, stucco, paint, ceramics, steel or cast iron. The material shall be effective when applied to vertical surfaces. Different chemical formulations may be recommended for different perimeter barrier materials. 4.1.2.The product shall not require specialized machinery or apparatus to apply to a given substrate. The product should be compatible with hand held garden style sprayers, pneumatic hand held sprayers, paint brush or roller application. 4.1.3.The product shall exhibit the characteristic anti-climb deterrence for a quantifiable amount of time. The persistence of the product should be such that an initial application will still be effective nine months after original application without any maintenance or application of any additional product(s). 4.1.4.The product shall be effective and provide the persistence stipulated in paragraph 4.1.3 in the presence of a wide range of temperatures (0 degrees - 120 degrees Fahrenheit), environmental conditions (e.g. rain, snow, dust, sand, airborne particulate pollution, extremely low or high humidity) and exposure to normal sunlight and the attendant UV effects. 4.1.5.Manufacturers of prospective products should include information regarding the product that includes but is not limited to, a narrative describing the product and how it enhances the delay time provided by a perimeter barrier, the material sub-strate(s) the product is compatible with, any objective testing reports that support the manufacturer's claims regarding product performance and material safety data sheets (MSDS). 4.2.Environment 4.2.1.The product will be installed on the perimeter barriers of diplomatic facilities throughout the world. It must not be hazardous to the health of humans. 5.Instructions 5.1.Responses 5.1.1.Responses must be limited to 10 letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code, company point of contact (POC) and socioeconomic status under North American Industry Classification System (NAICS) code 238320, or other relevant and appropriate NAICS codes. 5.1.2.Respondents must indicate whether their firm is a small or large business. If small, indicate the classification. 5.1.3.Respondents must indicate whether they offer the required services on ANY Federal Supply Schedules. If so, please list the schedule numbers. 5.1.4.Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DS, please segregate and clearly mark proprietary information. Please be advised that all submissions become the property of the Government and will not be returned 5.2.Formatting The responses should be in the following format/order: 1.General Business Information: Provide general information about your business, to include the information contained in Section 5.1, as well as any National Industrial Security Program clearance information. 2.Requirements: Address the requirements contained in Section 4.0; weight and detail paragraphs and bullets, as appropriate. 3.Experience: Provide experience, capabilities, contracts, and customer information, as appropriate. 4.Points of Contact: List one or more points of contact for your company. 5.Summary: Provide brief concluding remarks, as appropriate. 5.3.Restrictions on Response The Government will not entertain telephone calls or questions for this RFI. 5.4.How to Respond Please submit your response no later than June 30, 2015, 2:00 PM Eastern Time, with electronic copies sent to the following points of contact: Contract Specialist: Sharon Weber, webersl2@state.gov Contracting Officer: Mike Henderson, hendersonmp@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0043/listing.html)
 
Record
SN03746327-W 20150530/150529040727-94df8713df59b13bbedc5790b1857d06 (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.