SOURCES SOUGHT
R -- USMS National Physical Security – Program Management RFI - Attachment 1 - Reverse Industry Day Registration Sheet
- Notice Date
- 11/7/2017
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- United States Marshals Service, CG3, JSD, OSC, 12th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- 15M20018NA32NPS01
- Archive Date
- 12/2/2017
- Point of Contact
- Stephen A Seaberry, , Tiffany Wright,
- E-Mail Address
-
stephen.seaberry@usdoj.gov, tiffany.wright4@usdoj.gov
(stephen.seaberry@usdoj.gov, tiffany.wright4@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 - Reverse Industry Day Registration Sheet This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Purpose: The purpose of this Request for Information (RFI) is to obtain industry comments on best practices for the program management support functions of electronic physical security systems, to determine interest in participation, and to determine the availability of potential businesses that can provide services for the United States Marshals Service (USMS). The information from this market research will help the USMS with their acquisition strategy. Firms are strongly encouraged to provide comments, questions, and suggestions relative to the project scope, methodologies and technologies, and approach. Any input that businesses or interested parties would like to provide will be reviewed and considered. Scope and Background: The USMS is responsible for the physical security of over 1000 facilities throughout 94 districts and 12 circuits in the United States and its Territories. These facilities are located in both densely populated metropolitan areas as well as sparsely populated remote locations covering larger areas. Each facility may consist of any combination of publicly accessible, administrative, secure and prisoner detention and movement spaces. The Government envisions a National Physical Security Program in which the Program Management Contractor facilitates the Government in project management as well as assisting in the coordination of maintenance, inventory, and installation of physical security equipment. The current USMS inventory consists of approximately 600,000 physical security assets. Furthermore, the USMS initiated approximately 300 new projects in Fiscal Year 2017. The USMS operates advanced physical security equipment, both mechanical (locks, bollards, vehicle barriers, etc.) and electronic (CCTV Systems, Video Intercoms, Access Control Systems, and Intrusion Detection Systems, etc.) All installed equipment is designed to protect all participants in the federal judicial process to include access control, surveillance, alarm monitoring, threat reporting and response. The USMS is not resourced to organically maintain the equipment its personnel operate. The current state of the USMS' National Physical Security (NPS) Program Management Program is as follows: - The Contractor establishes an Operational Program Team consisting of a dedicated Program Manager, Maintenance Services Manager, and a Technical Applications Manager. - The Contractor establishes a program headquarters office for these positions within 25 miles of the USMS headquarters in Arlington, Virginia. - At the task order level, the Contractor provides project task order support with dedicated Senior Project Manager, Project Manager, Project Engineer, CAD / Drafter, Program Administrative Specialist, and Administrative Support. - The Contractor coordinates all aspects of the project design with the Government Contracting Officer's Representative (COR), along with a local USMS project representative and GSA Facility Manager. Instructions: After reviewing the Scope, Background and Questions contained herein, interested parties shall submit a capability statement in Microsoft Word or PDF Format in response to this RFI by e-mail no later than 12:00 pm, EST, Friday, November 17, 2017 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] NPS Program Management RFI Response". All information provided to the Government must be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Capability Statements shall not exceed fifteen (15) double-sided 8 ½ x 11 pages, with one inch margins, and not exceed 12pt Times New Roman font. The Capability Statement should demonstrate the respondent's competencies to effect acceptable performance in execution of the current state of the USMS' NPS Program Management Program, as well as efficiencies offered by the respondent the USMS could benefit from if implemented. In addition to addressing each of the questions contained herein, respondents should include as part of their submission: 1. COMPANY INFORMATION: Company name, address, phone number, a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business under NAICS code 561621 (Security Systems Services (Except Locksmiths)). If applicable, provide a list of all relevant Government-Wide Acquisition Contracts and Federal Supply Schedule contracts your firm previously held and/or currently holds. Please include the contract number and expiration date for each. 2. PAST PERFORMANCE SUMMARY: Respondents may submit a summary of recent and relevant past performance supporting their stated capabilities to successfully perform an effort of this size and scope. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, Scope of equipment and services provided during the period of performance, and a Point of Contact at the Contracting Activity who can verify the information provided. 3. INTERESTED PARTY QUESTIONS: Interested parties may submit questions regarding this RFI by e-mail no later than 12:00 pm, EST, Friday, November 10, 2017 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] NPS Program Management RFI Questions". 4. REVERSE INDUSTRY DAY: The USMS, Judicial Security Division, Office of Security Contracts will be hosting a Reverse Industry Day for National Physical Security related services. This event will provide interested parties the forum to highlight and/or expand on the unique capabilities and business processes within their Capabilities Statements and query the Government's Integrated Project Team on any requirement related questions they may have. Parties interested in attending the Reverse Industry Day event shall complete Attachment 1 - Reverse Industry Day Registration Sheet and submit it in addition to their Capability Statement and Past Performance Summary. Additionally, interested parties that determine they would like to attend the Reverse Industry Day shall include in their RFI response an outline of their presentation and, if applicable, any materials (Power Point, handouts, etc.) that will be utilized during the presentation. Interested Parties should expect to have 15 to 20 minutes to give their presentation. However, depending on the number of responses, the allotted time may change. The Government will contact the Point of Contact listed on the completed Reverse Industry Day Registration Sheet between November 20 - 21, 2017 to schedule time and date and provide logistical instructions for attendance. LOCATION: Industry Day for National Physical Security related services will be held at the USMS Headquarters November 29, 2017 - November 30, 2017 from 10:00am - 3:00pm, EST. Questions: 1. What support services can you provide to assist the government in managing a nationwide electronic physical security program? a. How can you assist with inventory management? b. How can you assist in providing life-cycle replacement planning (cost estimating of maintaining vs. replacement, implementation, tracking)? c. How can you assist with scheduling and monitoring of preventative maintenance performed by others? d. What methods, software, and/or systems are available to support a large physical security program? 2. Describe your technical expertise and experience in developing detailed technical Statements of Work (SOW) / Performance Work Statements (PWS) specific to electronic security systems, to include marking up CAD drawings. Requirements will come from specification documents, potential site visits and consultation of government representatives. 3. What solutions can you offer for maintaining Computer Aided Drafting (CAD) files for installed electronic security equipment? In order to keep CAD drawings and inventory current, what requirements would you have from other vendors providing service or installation of electronic security equipment? 4. What capabilities do you have for gathering information from third parties and reporting through a live dashboard? 5. What assistance can you provide regarding technical review of electronic security installations performed by others? 6. What type of assessment/inspection/documentation of systems would you expect prior to competing for a management support contract? 7. Understanding inherently government functions, what other value added management support capabilities do you have that you believe would be beneficial to the USMS? Specifically, the USMS would like to focus the government physical security specialist / project managers on those functions which are specifically inherently governmental functions, and use the management support services to maximize their efficiency. 8. Describe various methods of performance delivery (e.g., onsite, remote, etc.) and the advantages/disadvantages of each...based on your experience. 9. Describe your help desk/service call function. What capability does your help desk/service call function possess to troubleshoot technical/configuration issues of electronic security systems? 10. Participants are encouraged to provide any additional information related to the management of a nationwide electronic physical security equipment program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/15M20018NA32NPS01/listing.html)
- Place of Performance
- Address: Nationwide and US Territories (Guam, Puerto Rico, and US Virgin Islands), United States
- Record
- SN04733827-W 20171109/171107231250-8b14a363392058e7f3c8488999a64e10 (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 |