Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2017 FBO #5819
SOURCES SOUGHT

S -- Acces Control Services - DRAFT PWS

Notice Date
10/27/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Jackson (W9124C), Bldg 4340, Magruder St., Fort Jackson, South Carolina, 29207-5491, United States
 
ZIP Code
29207-5491
 
Solicitation Number
W9124C-18-R-0002
 
Archive Date
11/18/2017
 
Point of Contact
Octavio B. Palmero-Campusano, Phone: 8037512693, Kimberly C. Marsh, Phone: 8037511420
 
E-Mail Address
octavio.b.palmerocampusano.civ@mail.mil, kimberly.c.marsh.civ@mail.mil
(octavio.b.palmerocampusano.civ@mail.mil, kimberly.c.marsh.civ@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. However, in order to validate an acquisition strategy through efficient market research, small businesses, in all socioeconomic categories, are highly encouraged to respond to identify capabilities in meeting the requirements. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. A continuing need is anticipated for Access Control Services at Shaw Air Force Base, Sumter, South Carolina. The Contractor shall provide non‐personal services support, in the form of Access Control Services Specialists, to assist the Commander, Headquarters and Headquarters Battalion, USARCENT, in monitoring and operating electronic security systems and manual processes that support the access control of Building 1947, facilitate access to the building by military and civilian employees whose place of duty is therein and by personnel who have validated visit requirements to conduct business or provide support within the headquarters building. The Contractor will also provide selected security management staff supports in order to further assure the viability of the Command's key control and property pass programs. The North American Industry Classification System (NAICS) code for this requirement is 561612, Security Guards and Patrol Services. The small business size standard is $20.5 million. The anticipated contract will be a type "C" contract consisting of one 12 months base year, and four 12 months option years. The purpose of this notice is to conduct market research to determine if capable, interested sources exist to assist in determining if this effort can be set-aside for Women-owned small businesses (WOSB), and to improve the Army's approach to acquiring the identified services. The Army is committed, when conducting market research, to request no more than the minimum information necessary from potential sources. With that in mind, the Army requests the following information: 1. Please provide information sufficient to form a basis for the contracting officer to conclude there is a reasonable expectation that offers would be obtained from at least two responsible Woman-owned small businesses and that award would be made at fair market prices. 2. Personnel Qualifications: Contractor personnel performing work under this contract must have a Secret security clearance at time of the proposal submission, and must maintain the level of security required for the life of the contract. The contractor must have a the required Facility Clearance specified in the attached DD 254 at time of proposal submission, and must maintain the required Facility Clearance level for the life of the contract. The security requirements are in accordance with the attached DD 254.. Objectives: (See draft PWS attached to this request for information as a separate file to this request, Final PWS will be posted with the solicitation) • Access Control Services at the front entrance to Building 1947 require manning of the Main Reception Desk (MRD) by one Access Control Services (ACS) Specialist, twenty‐four hours a day and seven days a week, to provide Reception and Information services. This support at the MRD is the first priority and focus of effort for this contract. Reception and Information service duties consist of: • Issue, receive and account for visitor security badges. • On order from the Access Control Manager monitors for compliance with specific provisions of the USARCENT Security SOP concerning the removal of government property from building 1947. ACS personnel should conduct random observation into bags to ensure government equipment is not being removed, this should be coordinated with the S‐2 personnel for needed support. • Receives, secures and accounts for found property (both private and government owned). Annually these items should be turned over to the S‐2 for disposal. • Reports to the Access Control Manager in accordance with procedures in USARCENT Security SOPs and as otherwise directed, concerning the identification of any potentially hazardous conditions and items in need of repair, including inoperative lights, broken or slippery floor surfaces. • To provide Alarm and CCTV Monitoring services. This support at the MRD is the second priority and focus of effort for this contract. Alarm and CCTV Monitoring service duties consist of: • Monitor the building 1957 HSC, 1954 New MTC and 1947 Headquarters interior alarms located on the MRD for incidents of duress or intrusion. • Obtains law enforcement or USARCENT Operations Center assistance in accordance with procedures in the USARCENT Security SOPs, and installation policy/procedures in the event of violations and alarms within USARCENT or HHBN Headquarters or on the grounds. • Monitor the MRD CCTV and operates the active barriers which control vehicle access to building 1947 controlled perimeter roadways. • Reports to the Access Control Manager in accordance with procedures in USARCENT Security SOPs and as otherwise directed, concerning the identification of all alarms, violations, and reports to law enforcement or Operations Center personnel. • Ensure that all alarms, incidents, and issues are annotated in the daily journal or on an incident report form. Access monitoring service duties consist of: • Visually monitoring the designated access point for violation attempts and access equipment functionality. • As required during equipment malfunction periods or increased security measures check the USARCENT security badges of personnel entering building 1947 during the hours specified. • Ensure personnel without USARCENT security badges are directed to enter the facility via the lobby door and report to the MRD Reception and Information window. • On order of the ACM monitor and report compliance with the provisions of the USARCENT Security SOP concerning the removal of government property from the Headquarters. • Provide Access Control of deliveries through the North Door ensuring loading dock doors are secured when not conducting loading/unloading operations. Ensure North door access is in accordance with HHBN SOP and not being utilized as an entry and exit point or use to access smoking areas. 4. Experience: Selected Company should have at least three years of successful performing Access Control in the security industry and must have an active profile in the System for Award Management (SAM). 4. SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement for Shaw Air Force Base, South Carolina Access Control Services requirement are to prepare a response (no more than 3 pages in length) to include the following information: 1. Company Name with Point of Contact 2. DUNS Number and CAGE Code 3. Woman-owned Small Business Certifications (if applicable) 4. A brief description of your company and its capability to fulfill this requirement. Cite any relevant experience. This information is due no later than Friday, November 3, 2017 at 1 p.m. 6. POC is Octavio B. Palmero at octavio.b.palmerocampusano.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d04454557d3b16f0354530f0b9d66927)
 
Place of Performance
Address: Shaw Air Force Base, Sumter, South Carolina, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN04724972-W 20171029/171027230745-d04454557d3b16f0354530f0b9d66927 (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.