Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

R -- KSC PROTECTIVE SERVICES CONTRACT

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11361110La
 
Response Due
12/2/2010
 
Archive Date
11/17/2011
 
Point of Contact
Ellen Lamp, Contracting Officer, Phone 321-867-2605, Fax 321-867-1188, Email ellen.lamp@nasa.gov
 
E-Mail Address
Ellen Lamp
(ellen.lamp@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, andHistorically Underutilized Business Zone (HUBZone) businesses for the purposes ofdetermining the appropriate level of competition and/or small business subcontractinggoals for the management, integration and performance of KSC Protective Services Contract(KPSC) comprising several facilities spread out over 144,000 acres in the entire 32899zip code. The Government reserves the right to consider a Small, Small Disadvantaged,8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, or HUBZone business set-asidebased on responses hereto for KPSC.The KPSC requirements may include the following protective services including but notlimited to: 1. Security Services:Security Operations, Identification Management Badging AccessControl, Physical Security and Armed Uniformed Services (firearms and canines), ResourceProtection, Personnel Security, Education and Training, Industrial Security, SecurityInvestigations, Locksmith; Emergency Response Team (SWAT); Law Enforcement and LawEnforcement Training.2. Fire Services:Fire Fighting, Paramedic Services, and Fire Inspection/Preventionand Engineering, Aircraft Rescue and Fire Fighting (ARFF), Advance Life Support (ALS)Ambulance Services;3. Emergency Management:Emergency Operations Center, Incident Management, andContinuity of Operations, 911 Emergency Center Operations (e.g., 911 dispatch center),Contingency Planning;4. Information Assurance:including auditing, forensics, certification andaccreditation (Law Enforcement and Fire Services) and compliance reviews.Based upon information submitted by companies subject to NAICS code 561990, NASA willdetermine the final content of the future solicitation or solicitations. NAICS code561990, Fire fighting services as a commercial activity, has a size standard of $7.0Mannually.This sources sought is directly related to NNK11361110L, posted October 12, 2010 underNAICS code 561612. The purpose of this sources sought is to determine if any smallbusinesses, under NAICS code 561990, possess the necessary capabilities to perform anysingle requirement or any combination of the requirements identified above. KSCencourages qualified Joint Venture business arrangements to submit capability statementsas well. It is not sufficient to simply state that one area (e.g., fire services) willbe subcontracted out. The capability statement shall also include relevant pastexperience for each teaming partner/subcontractor. Offerors that responded to theprevious sources sought need NOT reply unless they are changing their response (e.g., newinformation not previously provided). The Interim Protective Services Contract is the incumbent contract, issued underNNK09OX01C, to Space Gateway Support, LLC, Cocoa Beach, Florida.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the responsibility of the potential offerors to monitor thesesites for the release of any solicitation or synopsis.This sources sought synopsis is for informational and planning purposes only and is notto be construed as a commitment by the Government nor will the Government pay for anyinformation solicited. Since this is a sources sought announcement, no evaluation lettersand/or results will be issued to the respondents. Capability Statements shall be submitted electronically only, via e-mail, to the primaryPoint of Contact (POC) listed below. The Capability Statement, exclusive of the onepage summary, shall NOT exceed 10 pages (including attachments) and shall contain aminimum font size of 12. Additionally, the Capability Statement shall list, at aminimum, 2 customer contacts covering the past 5 years including the followinginformation: (1) Highlight relevant contract work performed, (2) Contract numbers, (3) Contract type, (4) Dollar value of each contract, (5) Number of employees and (6) Customer point of contact address, current phone number and current email address. To facilitate a prompt review, a one-page summary shall be included with your capabilitystatement(s), which shall identify your companys specific capabilities that are relevantto (and reflect the magnitude of) these requirements.The one page summary will notcount against the page limit. The one page summary shall include: (1) Companys name, address, primary POC and telephone number, (2) Size of business; (3) Companys average annual revenues for the past 3 years and total number of employees;(4) Ownership;(5) Number of years in business; (6) Companys Government size standard/type classification (Large, Small, SmallDisadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUBZonebusiness);(7) Affiliate information: parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime); andpoint of contact position, address and phone number;(8) Applicable NAICS Code(s); and,(9) DUNS number and cage code (for prime and subcontractor/teaming partners).It is not sufficient to provide only general brochures or generic information. Responses shall include the companys specific area of interest in this acquisition asbeing either a potential Prime contractor or Subcontractor. NOTICE: Copies of your capability statement(s) may be made available to prospectiveofferors in the future. Therefore, it should not contain company-sensitive information.Your response is required not later than December 2, 2010. Please referenceNNK11361110La in any response.KSC is also interested in contractor feedback related to suggestions for contract typeand subcontracting opportunities. This feedback would be used as research information tosupport the analysis and development of subcontracting goals and potential teamingarrangements. This feedback should also be provided electronically via e-mail to theprimary POC by December 2, 2010. Any questions you may have are to be submitted in writing, via email, to the POC listedbelow to be used for consideration in the development of the requirements. Point of Contact: Ellen Lamp, Contracting Officer. Please copy and paste the e-mail address into your web browser. Please submit all questions and data through the above e-mail address only Not throughthe phone or fax numbers listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11361110La/listing.html)
 
Record
SN02328990-W 20101119/101117234243-89358c453d5967d061331769af0437d1 (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 |
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.