Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2023 SAM #7719
SOURCES SOUGHT

R -- CONSTRUCTION SURVEILLANCE SERVICES and CONSTRUCTION SURVEILLANCE PLAN DEVELOPMENT

Notice Date
1/13/2023 3:37:13 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB23R0006
 
Response Due
1/27/2023 5:00:00 AM
 
Point of Contact
Alysha A MacDonald, Phone: 0114961197442026, Christian Solinksy, Phone: 4961197442281
 
E-Mail Address
Alysha.A.MacDonald@usace.army.mil, Christian.Solinsky@usace.army.mil
(Alysha.A.MacDonald@usace.army.mil, Christian.Solinsky@usace.army.mil)
 
Description
SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR CONSTRUCTION SURVEILLANCE SERVICES and CONSTRUCTION SURVEILLANCE PLAN DEVELOPMENT The intent of this market survey is to identify capable firms interested in meeting the project description listed below: Proposed work to be performed under the following North American Industry Classification (NAICS) codes as follows: 541330 Engineering Services and 561612 Security Guards and Patrol Services.� The US Army Corps of Engineers, Europe District (NAU) is located Outside the Continental United States (OCONUS), therefore, achievement of small business goals is not applicable and no consideration will be given to Small Business Programs for this requirement. NAU anticipates soliciting and awarding Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC), to be procured in accordance with the Federal Acquisition Regulation Part 15.� The IDIQ contract is anticipated to have a total monetary capacity of approximately $35,000,000 over five years. The specific work requirements will be competed via the MATOC pool and issued as firm fixed price task orders. PLEASE NOTE: A current Defense Security Service (DSS) Top Secret (TS) Facility Clearance Level (FCL) shall be required for firms to be able to participate in the solicitation. PROJECT DESCRIPTION: The Department of Defense (DoD) requires security related inspection, surveillance, engineering analysis, development, acquisition, installation, testing, trailing, operations, maintenance and management specifically related to physical security of new construction or renovations of US-Only Secure Facilities within the USACE Europe District area of responsibility within Europe.� Physical and construction security monitoring support for construction of US-Only Secure Facilities, in accordance with Intelligence Community Directive 705(ICD 705), will be required. The Contractor shall be capable of providing a turn-key construction security and construction security monitoring program which includes all aspects of physical, personnel, technical, and procedural security as required for supported secure projects to fully comply with ICD 705 and ensure successful accreditation of the secure facility. The contract scope shall include the full range of construction security program management, administrative, and construction surveillance operations, including demobilization and closeout. The scope of this contract also includes subject matter expertise on construction surveillance, technical surveillance, Temporary Electronic Security System (TESS) design, installation and operation. Infrastructure and Equipment: The construction security infrastructure shall include but not be limited to temporary security offices, fencing and gates, personnel screening equipment, temporary lighting, intrusion detection systems and closed-circuit television (CCTV), as well as temporary utilities to support these systems. Construction security surveillance support equipment shall include but not be limited to items such as personnel badging equipment and supplies, material screening equipment such as pallet x-rays and ultrasound scanners, as well construction surveillance supplies such as cameras, locks, tools, notebooks, and Automated Data Processing (ADP) equipment as required to process and record construction security surveillance activities and events. Construction Security Monitoring Services: Construction security monitoring services personnel shall include Site Security Manager (SSM), an ICD-705 Subject Matter Expert (SME)/Contract Manager (CM), Site Security Coordinator (SSC), Construction Surveillance Technicians (CSTs), Cleared American Guards (CAGs), as well as administrative support to manage all aspects of the construction security program. If your firm is interested and capable of performing the work identified in the project description then please provide a response to the MARKET SURVEY.� Responses to this MARKET SURVEY must contain the following information: 1). Name of the company to include address, phone and Point of Contact. 2). Company CAGE code and Unique Entity ID. 3). Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 4). Statement that your firm holds a current DSS Top Secret Facility Clearance Level. 5). Statement of Capability (SOC):� Provide a minimum of three (3) recent Department of Defense (DoD) projects located OCONUS, preferably in Europe, your firm has performed as the prime contractor to demonstrate your company�s recent experience, past performance, and knowledge required to perform construction security related to inspection, surveillance, engineering analysis, development, acquisition, installation, testing, trailing, operations, maintenance and management specifically related to physical security of new construction or renovations of US-Only Secure Facilities, in accordance with Intelligence Community Directive 705 (ICD 705). Recent is defined as having been 100% completed within the last five years. Additionally, please include the following: State who whether the project was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a sub-contractor, describe the security services your company provided.� For each project listed in your SOC as the prime contractor, provide a project title, total contract amount, location and customer Point of Contact. Indicate how many projects, at what value, were done simultaneously. Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. USACE may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Responses to this Sources Sought announcement are due no later than 14:00 (Central European Time) on 2 December 2022. Please address your response to Alysha.A.MacDonald@usace.army.mil. All USACE, Europe District solicitations are posted on SAM.GOV and begin with W912GB. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NAU in identifying sources with required capabilities.� If a solicitation is later released, it will be synopsized in SAM.GOV only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/919398831ae04bd59ec6498f003ce470/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06564438-F 20230115/230113230108 (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.