SOURCES SOUGHT
R -- NASA Headquarters Protective Services - 420058717
- Notice Date
- 4/5/2016
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- NNH1658717L
- Point of Contact
- Jonnelle Goff, Phone: 301-286-3807, Candis J. Edwards, Phone: 301-286-6718
- E-Mail Address
-
Jonnelle.C.Goff@nasa.gov, Candis.Edwards@nasa.gov
(Jonnelle.C.Goff@nasa.gov, Candis.Edwards@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Statement of Work The National Aeronautics and Space Administration (NASA) Headquarters Office of Protective Services is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Protective Services Support. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NASA HQ's requirement includes the following: The contractor shall provide Protective Services that consists of: operating and maintaining on-site uniformed protective forces; performing locksmith services; performing security systems administration, support and services; performing administrative and technical support to assist the security office staff; and acquiring, installing, maintaining and repairing items related to the Headquarters Integrated Security System (HISS) which includes electronic access control, video surveillance, and alarm monitoring. The preliminary requirements for the proposed procurement are outlined in Attachment 1, Statement of Work (SOW). It is anticipated that the potential contract period of performance will be five (5) years. The North American Industry Classification System (NAICS) code for this procurement is 561612, Security Guards and Patrol Services, with a size standard of $20.5 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of the one page summary, shall not exceed 10 pages (including attachments) and shall contain a minimum font size of 12. Additionally, the Capability Statement shall list, at a minimum, 2 customer contacts covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your company's specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one page summary will not count against the page limit. The one page summary shall include: (1) Company's name, address, primary POC and telephone number (2) Size of business (3) Company's average annual revenues for the past 3 years and total number of employees (4) Ownership (5) Number of years in business (6) Company's Government size standard / type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business) (7) Affiliate information: parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number (8) Applicable NAICS Code(s) (9) DUNS number and cage code It is not sufficient to provide only general brochures or generic information. NASA HQ encourages qualified Joint Venture business arrangements to submit capability statements as well. Responses shall include the company's specific area of interest in this acquisition as being either a potential Prime contractor or Subcontractor. If not using GSA, a solicitation will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offer's responsibility to monitor these sites for the release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Respondents will not be notified of the results of the Capability Statement review. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Technical and procurement related questions should be directed to Contract Specialist, Jonnelle Goff. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Responses shall be submitted to Jonnelle Goff at Jonnelle.C.Goff@nasa.gov no later than the response date listed above. Please reference NNH1658717L in any response. Oral communications are not acceptable in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/HQ/OPHQDC/NNH1658717L/listing.html)
- Place of Performance
- Address: NASA Headquarters, 300 E Street SW, Washington, District of Columbia, 20546, United States
- Zip Code: 20546
- Zip Code: 20546
- Record
- SN04073024-W 20160407/160405234503-1d8585e61d69fd202b88c959dc7ec7e0 (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 |