Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2021 SAM #7010
SOURCES SOUGHT

99 -- EAST REGION � PROTECTIVE SERVICES

Notice Date
2/5/2021 9:21:28 AM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC21R0024
 
Response Due
2/22/2021 1:30:00 PM
 
Archive Date
03/09/2021
 
Point of Contact
Patrick B. DeWyngaert, Phone: (301) 286-6872
 
E-Mail Address
patrick.b.dewyngaert@nasa.gov
(patrick.b.dewyngaert@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) is soliciting information from potential sources capable of providing protective services, as described herein, for Glenn Research Center (GRC), GSFC, Headquarters (HQ),� and Langley Research Center (LaRC) under a contemplated NASA Protective Services � East Region (NPS-ER) contract. NASA GSFC is seeking capability statements from all interested parties, including all socioeconomic categories of small businesses and historically black colleges and universities (HBCU)/minority institutions (MI), for the purpose of determining the appropriate level of competition or small business subcontracting goals for protective services.� The Government reserves the right to consider a small, 8(a), women-owned, veteran-owned, service disabled veteran-owned, economically disadvantaged women-owned or HUBZone small business set-aside based on responses received.� The North American Industry Classification System (NAICS) code is 561612 Security Guards and Patrol Services, and the corresponding small business size standard is $22 million (calculated in accordance with 13 CFR 121.104). Requirements under the contemplated NPS-ER contract include, but are not limited to: (1) Security Police operations (including the exercise of arrest authority and the exercise of physical force pursuant to 14 CFR Part 1203b), special response team and canine; (2) emergency dispatch center operations; (3) personnel security; (4) Federal identity and credential management (issuance of Personal Identity Verification (PIV) and non-PIV credentials for Foreign National Access Management and Badging); (5) emergency management; (6) security police training; (7) maintain training standards in compliance with the Federal Law Enforcement Training Accreditation (FLETA) program; (8) locksmith services; and (9) information security (INFOSEC), communications security (COMSEC) and physical security (e.g. security management systems including Lenel OnGuard). Security Police operations encompasses uniformed, armed security police officers that carry out tasks including, but not limited to: safeguarding personnel, physical assets, and information; responding to alarms and emergencies; vehicular, and facility checks and inspections; conducting criminal investigations; motor vehicle traffic enforcement; and staffing posts (e.g. road blocks) and gates. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on beta.SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the requirements described herein should submit a capability statement of no more than 12 pages, no greater than 3MB, indicating the ability to perform all aspects of the effort. A page is defined as one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type.� Foldouts count as an equivalent number of 8 1/2"" x 11"" pages.� Responses must be submitted electronically in portable document format (PDF), with searchable text.� The capability statement must include: company�s name, address, and a point of contact (name, e-mail address, and address); Data Universal Numbering System number and cage code; number of years in business; annual receipts in accordance with 13 CFR 121.104(c) and the period of measurement used; company�s size and socioeconomic status under NAICS code 561612; ownership, affiliate information (as applicable) including parent company and joint venture partners; interest as a prime or subcontractor; interest in being included on an interested parties list; and specific capabilities relevant to NPS-ER requirements.� It is not sufficient to provide general brochures or generic information.� In addition, the capability statement must include, at a minimum, three contracts in effect during the period: �January 1, 2018, to the present.� For each contract, identify/provide the following:� contract number; customer name; period of performance; a brief description of relevant work performed; company role (i.e., prime or sub); number of employees; contract or subcontract value; and previous and current facility clearance levels (FCL).� Responses should not include proprietary or confidential information; however, if proprietary data is included in a reply, it is to be marked as such. GSFC is also interested in feedback, with supporting rationale, from industry regarding subcontracting opportunities and phase-in length. This feedback may be used as research information to support development of an acquisition strategy and is excluded from the page limitation identified above.� NASA intends to update this notice on beta.SAM.gov to announce future opportunities for NASA and industry exchanges regarding the NPS-ER contract. Protective services applicable to the contemplated NPS-ER contract are performed under the following contracts:�Headquarters - NNH17CF00C, GSFC - 80GSFC18C0090, Glenn - 80GRC017C0030, Langley - 80LARC19D0002. All responses shall be submitted electronically via email to patrick.b.dewyngaert@nasa.gov no later than February 22, 2021, 4:30PM ET. Please reference 80GSFC21R0024 in any response. This synopsis is for information and planning purposes only 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.� Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.� NASA Federal Acquisition Regulation Supplement clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at:� https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a9d0428410b406bba8c4233081e1ea5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05910102-F 20210207/210205230105 (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.