Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOURCES SOUGHT

S -- FMSS Consolidated Armed Guard Services - DRAFT PWS

Notice Date
10/14/2016
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Midstates (OS:A:P:B:M), 4050 Alpha Road, 1800 MSRO, 9th Floor, Dallas, Texas, 75244-4203
 
ZIP Code
75244-4203
 
Solicitation Number
D-7-D9-01-GR-D03-000
 
Archive Date
11/12/2016
 
Point of Contact
Bernadette Gross-Briggs, Phone: 469-801-0785, Al G Monsalve, Phone: 469-801-0789
 
E-Mail Address
Bernadette.Gross-Briggs@irs.gov, al.monsalve@irs.gov
(Bernadette.Gross-Briggs@irs.gov, al.monsalve@irs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT PWS_ABWNC SUMMARY: This notice is not a Request for Proposal/Quote or Bid. The Internal Revenue Services (IRS), Midstates Procurement Branch is seeking capability statements from all interested parties who are eligible 8(a) participant vendors for the purposes of market research and determining the appropriate level of competition for Consolidated Armed Security Guard II Services for IRS Campuses located in Austin, TX; Brookhaven, NY; Washington, DC; and New Carrollton, MD to support this set-aside requirement. The potential work under this requirement will be 24/7/365 per year. The IRS Facilities Management & Security Services (FMSS) provides program management & operations support to ensure all IRS FMSS programs are operating in an integrated manner to protect IRS employees, the public, facilities, critical business operations and assets. The potential vendor must provide all personnel, equipment, supplies, tools, materials, supervision, and other items and non-personal services necessary to perform armed security guard services as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The contractor shall perform to the standards of this contract. The preliminary requirements for the proposed procurement are outlined in the "Draft" Performance Work Statement (PWS). It is anticipated that the potential contract period of performance will include one (1) twelve month Base Period and four (4) one year Option Periods. The total requirement will not exceed five (5) years. The North American Industry Classification System (NAICS) code for this procurement is 561612, Security Guards 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. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Instructions: 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-Fax, 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, 3 customer contacts covering the past 3 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 (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. 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. 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. Your response is required not later than October 28, 2016 at 3:00 p.m. Central Standard Time and reference in any response. Responses shall be submitted to Bernadette Gross-Briggs via eFAX at 855-269-0203 no later than the response date. Oral communications are not acceptable in response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSMPBAPFMS/D-7-D9-01-GR-D03-000/listing.html)
 
Place of Performance
Address: Austin, TX; Brookhaven, NY; Washington, DC; and New Carrollton, MD, Dallas, Texas, 75244, United States
Zip Code: 75244
 
Record
SN04304818-W 20161016/161014233936-e7fd8bcdceb06904f2d2e55cc2fea69f (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.