DOCUMENT
M -- MARKET SURVEY: SECURITY OFFICER SERVICES - EASTERN, CENTRAL AND WESTERN SERVICE AREAS - Attachment
- Notice Date
- 6/10/2016
- Notice Type
- Attachment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 24567
- Response Due
- 7/6/2016
- Archive Date
- 7/6/2016
- Point of Contact
- Robert Taylor II, robert.c.taylor-ii@faa.gov, Phone: 202-267-4434
- E-Mail Address
-
Click here to email Robert Taylor II
(robert.c.taylor-ii@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- 1.Introduction/Purpose The purpose of this Market Survey/Request for Information is to (1) inform industry of the Federal Aviation Administration ™s intent to conduct a competitive source selection for security officer services under the National Security Officer Program (NSOP) during calendar year 2017, (2) survey the marketplace to assess the level of interest and capabilities among qualified providers of the required services as well as whether adequate competition exists to set-aside the completion among small business, and (3) utilize input from the Market Survey to finalize the FAA ™s acquisition strategy. 2.Description of the Required Services The FAA plans to award three separate national security officer contracts, one for each FAA NSOP geographical service area (Eastern Service Area (ESA), Central Service Area (CSA) and Western Service Area (WSA)). These service areas include locations within the continental United States, Alaska, Hawaii, and Guam and Puerto Rico. The Eastern, Central, and Western Service Areas are depicted by the shaded regions in Attachment a. NSOP Service Area Map. Attachment b. NSOP Service Area Detail identifies both the states and the Guam and Puerto Rico territories that comprise each service area and the locations where security officer services are currently being provided. There is a need for security officer services in order to provide physical security safeguards for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage, and terrorism in accordance with Attachment c. Draft Statement of Work (SOW), Attachment d. SOW Attachment J.10 Firearms Qualification, and Attachment e. SOW Attachment J.12 Medical Questionnaire. In order to make this determination, the FAA requires the following information from interested businesses. CAPABILITY STATEMENT: a.The Contractor ™s primary business must be providing contract security officer services, including unarmed and armed security officers (SOs). b.The Contractor must have at least five (5) years of documented experience in providing armed contract SO services. c.The Contractor must provide written evidence of satisfactory service to large facilities similar to FAA large manned facilities. This includes operation of automated access control, visual surveillance, intrusion detection, and X-Ray scanning equipment. d.The Contractor must show the ability that they and all of their personnel assigned to FAA facilities can meet all applicable federal, state, and local license and registration requirements, and that all required registrations and licenses will be current, and that they will have the capability to maintain this status. In those circumstances where the state or local requirements are less stringent than FAA requirements, SOs will be required to meet the FAA requirements. e.Identify any restrictions or preferences in providing security officer services geographically, by FAA Service Area. For example, if an interested business cannot or does not prefer to provide security officers for any states or areas within the Eastern Service Area or Central Service Area or Western Service areas, identify those areas. If an interested business can only provide security officers for one or more states (see Attachment a. NSOP Service Area Map and Attachment b. NSOP Service Area Detail), identify those states or areas. f.Identify the type of security officer services provided by the interested business (Armed/Unarmed). 3.North American Industry Classification System (NAICS) Code The NAICS code for this procurement has not yet been finalized; however, the predominant effort is 561612 - Security Guards and Patrol Services. The small business size standard for this code is $20.5 million. The final NAICS code will be included in the Security Officers SIR. 4.Nature of Competition The nature of the competition has not been determined at this time. The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The FAA encourages the use of the FAA Mentor-ProtĂ©gĂ© Program for this requirement. Information on the FAA Mentor-ProtĂ©gĂ© Program can be found on the FAA Small Business website at www.sbo.faa.gov, Contracting with FAA selection. 5.Incumbent Contractors Below are the three (3) incumbent contractors: Eastern Service Area (ESA): Whitestone Group, Inc. 4100 Regent Street, Suite C Columbus, OH 43219 Contract Number: DTFAWA-12-D-00045 Central Service Area (CSA): ADC, LTD NM 2100 Air Park Road SE, Suite 120 Albuquerque, NM 87108 Contract Number: DTFAWA-12-D-00050 Western Service Area (WSA): American Eagle Protective Services (AEPS) Corporation 7700 Chevy Chase Drive, Suite 230 Austin, TX 78752 Contract Number: DTFAWA-13-D-00003 6.General This market survey is only for the purpose of identifying potential sources. No SIR/RFP exists; therefore, do not request a copy of the SIR/RFP. The FAA will not accept unsolicited proposals. 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 market survey announcement, no evaluation letters and/or results will be issued to the respondents. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities (FAACO) web page. It is the Contractor ™s responsibility to monitor this site for the release of the solicitation. 7.Questions and Comments Submit any questions or comments, which must be limited to aspects of this announcement that affect the preparation of the Market Survey/RFI responses, by email to Robert C. Taylor II at robert.c.taylor-II@faa.gov and Wanda J. Wright at wanda.wright@faa.gov NO LATER THAN JUNE 15, 2016. 8.Submittal Requirements for Market Survey/RFI Interested businesses must provide the following: a.Capability Statement (as defined above). b.Completed Business Declaration Form (Attachment F). Interested SDVOSB companies self-certify their status on the Business Declaration Form and do not provide SBA Certification Forms for this status. However, if the FAA later decides to issue a solicitation and makes an award to a SDVOSB, the company must be listed as a SDVOSB on the Veteran Affairs website to be eligible for award. c.Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable). Interested sources that are capable of providing both armed and unarmed security officer services in accordance with the attached draft Statement of Work should respond. 9.Market Survey/RFI Responses Submission Instructions Interested businesses are to provide capability statements on company letterhead and limited to a total of 15 pages (using 12 point Times New Roman font, 11 ťx 8 ˝ ť paper, and 1-inch page margins). All responses (one per company) must be submitted via email to Robert Taylor (robert.c.taylor-II@faa.gov) and Wanda Wright (wanda.wright@faa.gov) in *.doc, *.docx, or *.pdf format. No other form of submission will be accepted. RESPONSES ARE DUE BY 10:00 AM EDT ON JULY 6, 2016. 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/24567 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/24567/listing.html)
- Document(s)
- Attachment
- File Name: Attachment f. Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66020)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66020
- File Name: Attachment e. SOW Attachment J. 12 Medical Questionnaire (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66019)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66019
- File Name: Attachment d. SOW Attachment J 10 Firearms Qualification (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66018)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66018
- File Name: Attachment c. Draft Statement of Work (SOW) (doc) (https://faaco.faa.gov/index.cfm/attachment/download/66017)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66017
- File Name: Attachment b. NSOP Service Area Detail (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66016)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66016
- File Name: Attachment a. NSOP Service Area Map (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66015)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/66015
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment f. Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/66020)
- Record
- SN04145861-W 20160612/160610234142-6629d0a973dee0d5a7ea665fa30b2e4b (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 |