Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2023 SAM #7890
SOURCES SOUGHT

R -- Security Administration, Access Control and Escorting Security

Notice Date
7/3/2023 8:58:57 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-23-R-4200
 
Response Due
7/18/2023 2:00:00 PM
 
Archive Date
10/18/2023
 
Point of Contact
Doloris Patterson, Phone: 540-7428776, Sheila Ballard, Phone: 540-487-3616
 
E-Mail Address
doloris.d.patterson.civ@us.navy.mil, sheila.h.ballard.civ@us.navy.mil
(doloris.d.patterson.civ@us.navy.mil, sheila.h.ballard.civ@us.navy.mil)
 
Description
The following is being provided in advance to enhance competition and allow industry adequate time to develop acquisition strategies. This Sources Sought is replacing the original Sources Sought (N0017823R3018) that was posted in SeaPort NxG on 10 Nov 2022. Scope:� The Naval Surface Warfare Center Dahlgren Division (NSWCDD) in Dahlgren, Virginia is seeking sources to provide support of security administration, access control and escorting support services to provide the military with testing and certification by utilizing its Potomac River Test Range in Dahlgren, VA and provides Fleet support at Dam Neck Activity (DNA) on Naval Air Station (NAS) Oceana Dam Neck Annex which is located in Virginia Beach, VA.�� The intent is for the contractor to provide a dedicated team of experienced personnel for security administration, classified control center support, and access/visitor control. The Contractor shall provide non-personal services of day-to-day operations of NSWCDD (Code 105) for building and documentation support, personnel security, information security, physical security, emergency management, operations security (OPSEC), electronic keying, classified control, international security, special security, general security, courier operations, classified disposal, mail processing, lock and key control, escorting requirements, administrative security and data management.���� Contract Type & Period of Performance:� The Government contemplates award of a Cost-Plus-Fixed-Fee (CPFF), Level of Effort, contract.� The resultant order will have a Base Period of twelve months and four Option Periods each consisting of twelve months each, for a total of sixty (60) months, if all options are exercised.�� Set-Aside:� The Government has not yet made a set-aside determination. Once submitted capability statements have been evaluated, a set-aside determination will be made and announced on SAM.GOV. Request for Capability Statements: Interested Small Businesses are invited to submit capability statements. Capability statements shall not exceed 20 pages:� (1)��������� A description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support. (2)��������� The specific qualifications, capabilities, certification documents and experience of the Contractor's personnel available to support this effort for the number of Full Time Equivalents (FTEs) required, including the personnel's security clearance level and certifications. (3)��������� A description of the Offeror's ability to meet each of the mandatory requirements. (4)��������� A statement conveying compliance with FAR 52.219-14, Limitations on Subcontracting (FEB 2023)(DEVIATION 2021-O0008). (5)�������� Subject Line should read: Sources Sought N0017823R4200. Capability Statements shall be provided by email to Doloris.Patterson@navy.mil and Sheila.h.Ballard.civ@us.navy.mil no later than 1700 EST on� 18 July 2023. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal.� Electronic responses must be in Microsoft Word or Adobe Acrobat formats and the font size shall not be smaller than 10 point. Incumbent:� The work is currently being performed under Contract No. N00178-16-D-9063 Task Order No. N00178-19-F-3009 by Tatitlek Technologies, Inc., 561 East 36th Avenue, Anchorage, AK 99503-4137 in Seaport NxG. Source Selection Procedures:� Best Value Trade-off source selection procedures will be employed. Mandatory Requirements:� Offerors must meet all mandatory requirements at the time of proposal submission, unless otherwise noted. In addition, all mandatory requirements must be maintained through the life of the task order. The mandatory requirements are as follows: (1) Requirement 1: Facility Security Clearance The Contractor�s primary facility supporting this Task Order must be cleared at the TOP SECRET level. (2) Requirement 2: Personnel Security Clearances All personnel providing support under this requirement must possess clearances at the SECRET level or higher. Interim SECRET clearances are acceptable.� (3) Requirement 3: Personnel Location for NSWCDD Security Coordinator and the Physical Security Coordinator labor categories and three (3) Access Control Clerks shall be able to obtain final TOP SECRET clearances and must be SCI eligible (Tier 5 adjudication) within 18 months after award. (4) Requirement 4: Personnel Location for DNA (Dam Neck) Lead Access Control Clerk, Shipping/Receiving Clerk, Security Coordinator, and Physical Security Coordinator labor categories must be able to obtain final TOP SECRET clearances and must be SCI eligible (Tier 5 adjudication) within 18 months after award. Milestones:� It is anticipated that the Solicitation will be available in SAM.GOV around September 2023 and will be open for approximately thirty (30) calendar days. Award is anticipated around May 2024.� Level of Effort and Work Locations:� The Government anticipates 306.0 FTEs over 60 months: The labor FTEs by Labor Category, by period, are listed in the Sources Sought post attachment. All of the labor categories are applicable to the Services Contract Act (SCA) except for the following: Program Manager Security Coordinator Physical Security Coordinator Attachments:� A draft copy of the Statement of Work, Industry Day Slides and draft copy of the Labor Qualifications are attached to this Sources Sought. Questions and Comments:� Questions and comments are to be submitted to Doloris.Patterson@navy.mil and Sheila.h.Ballard.civ@us.navy.mil prior to the sources sought closing date of 18 July 2023 at 1700 EST. All questions and comments will be considered in the development of the solicitation. Questions are encouraged as they may assist the Government in clarifying the requirement.� Note: THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The provided information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. Any information or data received in response to the Sources Sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa17750be0584c70ab1b208711636cb6/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06735931-F 20230705/230704210943 (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.