Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

99 -- Cleared American Guards (CAGs) and Construction Surveillance Technicians (CSTs)

Notice Date
5/14/2020 4:42:08 PM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM20R0204
 
Response Due
5/28/2020 2:00:00 PM
 
Archive Date
06/12/2020
 
Point of Contact
Keith Westry
 
E-Mail Address
WestryK@state.gov
(WestryK@state.gov)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT INTRODUCTION The U.S. Department of State (DOS) is issuing this Request for Information (RFI)/Sources Sought Notice for market research in accordance with FAR Subpart 10.002(b)(2)(ii) and FAR Subpart 19.501 to gather industry input about the Agency�s requirement, contractor capabilities, and best practices regarding the Office of Security Management�s �Administrative Support Division managing the Construction Security Monitoring Program, consisting of Top-Secret Cleared American Guards (CAGs) and Construction Surveillance Technicians (CSTs) referred to herein as Site Security Personnel (SSP). �� DOS is specifically seeking to identify companies that have the skills and capabilities to support this effort, establish suggestions that industry may have to enhance efficiency and improve quality for the performance of these requirements. The DOS also seeks to understand any concerns that industry may have about this requirement. � DISCLAIMER � This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or an obligation on the part of the Government to acquire any services. Responses to this Sources Sought are not offers and will not be accepted by the Government to form a binding contract of any nature. The Government will not award a contract as a result of this notice. The Government does reserve the right to determine how it will proceed as a result of this notice. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP) which may be issued at a later date. �This notice will also help with determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Responding parties should not anticipate Government feedback on their respective submissions. The Government will not pay any cost incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought will be solely at the responding party�s expense. It is the responsibility of the potential contractors to monitor the websites for any information that may pertain to this Sources Sought or a future solicitation. All information requested and received in response to this Sources Sought will be treated as information only. The information provided in this Sources Sought is subject to change and is not binding on the Government. �DOS plans to review and meaningfully consider all responses to this Sources Sought. Also, be advised that all submissions become Government property and will not be returned. Proprietary information and trade secrets, if any, should be minimized and must be clearly marked on all materials. Responses to this Sources Sought �may be reviewed by Government technical experts drawn from staff within DOS and/or by selected support contractor personnel. All Government and support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. GENERAL INFORMATION Current Contract Information: These services are currently being provided. Contract Type: The Government contemplates award of a Multiple Award IDIQ Contract.� Estimated Contract Value: $250M Period of Performance: The period of performance of the contract is anticipated from the date of award with a one (1)-year Base Period and four (4) one (1)-year Option Periods.� NAICS Code: The anticipated North American Industry Code System (NAICS) code for this procurement is 561612, Security Guards and Patrol Services� PROGRAM DESCRIPTION� The Department of State (DoS) requires the implementation of SSP to support operations at various overseas facilities designed to control unauthorized access to controlled areas, to deter the introduction of unauthorized materials to the compound, site, or building, and to surveil the activities of un-cleared construction workers to prevent the implantation of clandestine surveillance devices or systems into the structure or its surroundings. � REQUIRED CAPABILITIES� To be considered capable, interested sources must be able to meet all the following requirements set forth herein: Task 1.0 Recruitment of Personnel The contractor shall recruit personnel with the minimal eligibility requirements for each labor category: Construction Surveillance Technicians must have at least five (5) years� experience in at least one, or combination of Construction security surveillance, Technical Surveillance Countermeasures, Industrial or government security involving counterintelligence, Construction quality assurance, Hands-on supervisory construction experience.� Cleared American Guards must have three years� experience as or similar to a Military Policeman or Marine Security Guard, or three years of experience as a security watch stander whose duties included the use of alarm systems, metal detectors, x-ray devices and closed-circuit television systems. All personnel must be 21 years of age and older. � Task 1.1 Personnel Capabilities All personnel must be in good physical and mental health, capable of standing long hours, navigation of difficult terrain, capable of ascending/descending scaffolding up to 75ft, and withstand inclement weather.� All personnel must be capable of reading, (legible) writing, and conveying information in English.� Task 2.0 Training The contractor is required to provide a syllabus and execute contractor provided training to cover a variety of topics, to include: situational awareness, leadership training, social media � acceptable behavior, note taking, and other categories related to this type of work. Task 3.0 Clearances� The Contractor shall maintain a Top-Secret Facility Clearance issued by DCSA until completion of the contract. �Loss of facility clearance will result in termination of the contract for cause. All personnel submitted to work on task orders, including the Program Manager and Deputy Program Manager, shall hold a TS clearance and be submitted for a DOS Reciprocal Top-Secret Clearance. � Task 4.0 Accounting All contractors shall have an accounting system in place to meet DCAA Compliance standards, which include, but are not limited to: ��� �Segregation of direct and indirect costs ��� �Cumulative-to-date direct costs by CLIN ��� �Segregation and identification of unallowable costs ��� �Total time accounting and effective pay rate calculations ��� �Government per diem limits checking and proper segregation of unallowable overages on electronic expense reports Task 5.0 Hours of Operation and Place of Performance The contractor�s place of duty will be located at one of the Departments facilities Outside the Continental United States (OCONUS). �The specific location will be specified by individual delivery task orders. � Hours of operation will be determined by the specific project schedule, but will require up to 60 hours per week for CAGs and up to 66 hours per week for CSTs. Additional hours may be required per week.� Task 6.0 Staffing Plan The contractor shall and must be able to meet or exceed the staffing plan for each delivery/task order. �Extreme flexibility is required due to the nature of overseas construction work. �Adherence to the staffing plan includes rigorous effort with obtaining the appropriate visas, consulate visits, passport application process (for no-fee passports when authorized). �Failure to meet the required staffing plan schedule may result in termination from the contract.� Task 7.0 Logistics The contractor must be able to effectively communicate with a variety of vendors in the respective location of task order delivery. �This includes, but is not limited to, setting up medical needs, lodging coordination and discrepancies, local transportation, mail services, and other life support items. The contractor must be adept at resolving disputes with local vendors without assistance from the USG, and without impact to the project.� SUBMISSION DETAILS Interested parties who believe they are capable of meeting the requirements shall submit a written capability statement. As part of the capability statement, interested sources must also indicate their availability and capability to perform each of the required capabilities by providing a brief description of specific projects or work completed that is similar to each required capability. Statements should NOT exceed six (6) single-sided pages in length, excess pages will not be reviewed.� All capability statements should: ��� � Include small business classification(s), if applicable. ��� �Address capabilities relative to the key tasks outlined above, in particular: (a) Capability to provide Training. (b) Capability to provide Clearances. (c) Capability to meet DCAA Accounting Compliance standards. (d) Capability to meet Hours of Operation and Place of Performance requirements. (e) Capability to provide and maintain adequate Staffing.� (f) Capability to meet Logistics requirements. ��� �List references in conducting projects of similar size, scope, and complexity in the past 5 years. Period of performance to include value (in dollars);� ��� �Contact information for the Contractor and the representative (Name, Phone, Email) All responses MUST be submitted via email, no later than 28 May 2020, please put �SOURCES SOUGHT CAG/CST� in the subject line of your email. Submissions shall be sent to Keith Westry at westryk@state.gov The Government intends to consider all comments and responsive qualification packages when developing its final acquisition strategy and any resulting RFP(s). The synopsis, amendments, and other information related to this procurement as well as any subsequent procurement notifications will be posted on the Federal Business Opportunities website at: https://beta.sam.gov/. All interested parties should check these sites frequently for updates. All information related to this procurement will be available at the link through the dates of any award.� Feedback will not be provided to any company regarding their individual capability statements. Telephone calls, facsimiles, and/or requests for a Request for Proposal (RFP) will not be accepted or acknowledged.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9262930c90dd47f8adc9751cc59330f9/view)
 
Record
SN05658523-F 20200516/200514230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.