Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
DOCUMENT

R -- MMAC Security Guard Service - Effective Jan 2016 - Attachment

Notice Date
9/21/2015
 
Notice Type
Attachment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
17618
 
Response Due
9/22/2015
 
Archive Date
9/22/2015
 
Point of Contact
Kevin Gramling, kevin.gramling@faa.gov, Phone: 405-954-3123
 
E-Mail Address
Click here to email Kevin Gramling
(kevin.gramling@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
REQUEST FOR OFFER/PROPOSAL IS ISSUED VIA ANNOUNCEMENT DTFAAC-15-R-01947. MARKET SURVEY The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is conducting a Market Survey/Request for Information to improve the Government ™s understanding of the current marketplace and to identify qualified sources capable of providing Security Guard Services for the MMAC in Oklahoma City, Oklahoma. This announcement is not a Screening Information Request (SIR) or a Request for Proposal (RFP). Interested sources must respond with information to confirm evidence of qualifications and capabilities to meet the requirements in the attached Draft Performance Work Statement (PWS). The FAA intends to review all response submittals to establish an acquisition strategy. Responses to this market survey will be used in part to determine whether or not adequate competition exists to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB) or Small Business, or open it up for full and open competition. Any interested sources may respond to this market survey. The information gleaned from this market survey may result in a restricted Screening Process when the RFP is issued. All decisions will be made based on the information provided by vendors responding to this market survey. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561612, Security Guards and Patrol Services, with a Small Business Size Standard of $20.5 million. The FAA intends to award a contract with both Firm Fixed Price (FFP) as well as Time and Material (T&M) Contract Line Items (CLINs) by October 31, 2015. The anticipated contract period is five (5) years, and the transition/phase-in for the effort is contemplated to begin on or before November 15, 2015. All responses (one per company) must be on company letterhead and limited to a total of 25 typewritten pages. No type font less than 11 point may be used. BACKGROUND: The Mike Monroney Aeronautical Center is a multiple facility campus with over 3 million square foot located on approximately 1,100 acres. The perimeter is fenced with access onto the property presently controlled by six entrance gates. Access to each building is controlled by card access, or contract armed security officers. Card access activates electronic security doors. There are approximately 5,500 employees working at the MMAC location each day. The MMAC is operated 24 hours a day, 7 days a week, 365 days a year (24/7 X 365). The off-site location in Oklahoma City, Oklahoma, is a one-story facility on Thomas Road. The perimeter is fenced with access onto the property via one armed guard gated entrance, controlled by contract security officers for access to the building. There are approximately 10-30 employees working at this off-site facility. This facility is operated 13 hours a day, 5 days a week, 251 days a year (13hoursX5 daysX52weeks, minus weekends and Federal holidays). A vital mission for the MMAC lies in protecting employees, ensuring all facilities are ready to perform all vital functions, and supporting the National Airspace System (NAS) and its regulatory responsibilities in compliance with the FAA Facility Security Management Program. PURPOSE: Responses to this market survey may be used to determine if adequate competition exists to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. The FAA requires specific information from interested small businesses, service-disabled veteran-owned small businesses (SDVOSB), or eligible socially and economically disadvantaged businesses (SEDB) that are certified by the Small Business Administration (SBA) for participation in the SBA ™s 8(a) Program, as follows: CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses the following (in order): a. Type of services provided by your firm. b. Size and type of services provided by your firm under previous contracts for security guard services that are similar in scope. Provide detailed information and past performance information for at least three (3) previous contracts including program title, customer name, project dates, project dollar value, customer point of contact, and description of work performed. c. Any active Security Guard Service Contracts. Identify contract number, period of performance, scope, current point of contact, and contract value. d. Demonstrate experience/capability for the requirements and each of the tasks in the attached Performance Work Statement (PWS). e. Ability to provide personnel to meet the PWS minimum qualifications for Key Personnel, especially Program Manager and Supervisor. Submit resumes for these positions. NOTE: Resumes are excluded from the page count, and at a minimum must contain work experience and education. f. Respondent ™s ability to access additional resources, skills, subcontractors, etc, if necessary to perform the contract. If subcontracting, teaming, or partnering arrangements are anticipated, those arrangements must be identified, as well as the estimated percentage of the total effort that each subcontractor, partner, or team member will provide of the total effort. g. Cost, Program Management, and Risk mitigation controls to be used in the performance of the contract. h. Detailed approach to ensure a smooth transition in terms of phasing in at the beginning of the contract. i. Business Size: Large, small, or SDVOSB or 8(a). MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a.Capability Statement (as defined above) b.Completed Business Declaration Form c.Copy of SBA 8(a) Certification Form (if applicable) SUBMISSION FORMAT: FormatQuantityAddress Electronic 1 kevin.gramling@faa.gov NOTES: The electronic submission must not exceed 25 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (pdf). Also, please note that the FAA e-mail server restricts file size to 10MB per email, and responses may have to be submitted in more than one e-mail in order to be fully received. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. The Screening Information Request (SIR), when issued, shall contain the same minimum requirements for this effort as are found in this market survey. All Submissions/responses must be received by 3:00 p.m. Central Standard Time on September 12, 2014. Submissions will be made electronically to kevin.gramling@faa.gov in.PDF format. For questions, requests for additional information, etc. regarding this market survey, contact Kevin Gramling, Contracting Officer, via E-mail: kevin.gramling@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. **No telephone calls will be accepted. Please submit questions through E-mail to kevin.gramling@faa.gov. All costs associated with the preparation or submission of responses is the responsibility of the potential source. The Government will not pay for any information received or costs incurred in preparing the response to the market survey. Any potential cost associated with the market survey submission is solely at the interested vendor ™s expense. ADDITIONAL INFORMATION: This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No telephone inquiries will be accepted. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA ™s Contracting Opportunities Homepage may not be the latest documents. No solicitation exists at this time. If a solicitation is issued, it will be synopsized on the FAA ™s Contract Opportunities web page. It is the offeror ™s responsibility to monitor this site for the release of the solicitation. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 System for Award Management (SAM) (August 2012). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below: ***(d) If the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENT A: Draft Performance Work Statement (PWS) ATTACHMENT B: Business Declaration (to be completed by vendor and returned) If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/22399 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/17618/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration Form Attachment B (doc) (https://faaco.faa.gov/index.cfm/attachment/download/58154)
Link: https://faaco.faa.gov/index.cfm/attachment/download/58154

 
File Name: Draft Performance Work Statement (doc) (https://faaco.faa.gov/index.cfm/attachment/download/58153)
Link: https://faaco.faa.gov/index.cfm/attachment/download/58153

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03896827-W 20150923/150922000155-9de6f91f96ac21dd8b727f02ad651d1d (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.