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 -- NASA GODDARD PROTECTIVE SECURITY SERVICES

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG11364774R
 
Response Due
12/10/2010
 
Archive Date
11/17/2011
 
Point of Contact
Kathleen M Pierson, Contracting Officer, Phone 301-286-2996, Fax 301-286-0247, Email kathleen.m.pierson@nasa.gov
 
E-Mail Address
Kathleen M Pierson
(kathleen.m.pierson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is hereby seeking capability statements for the management, integrationand performance of NASA/GSFC Protective Security Services at Greenbelt, MD; WallopsFlight Facility, Wallops, VA; Independent Validation & Verification (IV&V), Fairmont, WV;and Goddard Institute for Space Studies (GISS), New York, NY. The Government reserves theright to consider a Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, ServiceDisabled Veteran, or HUBZone business set-aside based on responses. The GSFC requirements may include, but are not limited to, the following: Security Services: Identification Management, Badging, Access Control, Physical Securityand Armed Uniformed Services (firearms and canines), Resource Protection, PersonnelSecurity Services, Education and Training, Industrial Security, Security Investigations,Locksmith; Emergency Response Team; Law Enforcement, Certification and Accreditation in Federal Arrest Authority NASAFederal Law Enforcement Training (NFLET); Emergency Management: Emergency Operations Center, Incident Management, Continuity ofOperations, 911 Emergency Center Operations, Contingency Planning; This requirements NAICS code is 561612 - Security Guards and Patrol Services with a sizestandard of $18.5M annually. Since this is a sources sought announcement, no evaluation letters and/or results will beissued to the respondents. Capability Statements shall be submitted electronically, viae-mail, to the primary Point of Contact (POC) listed below. The Capability Statement,exclusive of the one page summary, shall not exceed 10 pages (including attachments) andshall contain a minimum font size of 12. Additionally, the Capability Statement shalllist, at a minimum, 2 customer contacts covering the past 5 years (highlight relevantwork performed, contract numbers, contract type, dollar value of each contract, number ofemployees and customer point of contact address, phone number and 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 relevant(and reflect the magnitude) to these requirements. The one page summary will not countagainst 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 annualrevenues for the past 3 years and total number of employees, (4) Ownership (5) Number ofyears in business, (6) Companys Government size standard/type classification (Large,Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran,HUBZonebusiness) (7) Affiliate information: parent company, joint venture partners, primecontractor (if potential sub) or subcontractors (if potential prime); and point ofcontact position, address and phone number; (8) Applicable NAICS Code(s); (9) DUNS numberand cage code. It is not sufficient to provide only general brochures or generic information. GSFCencourages qualified Joint Venture business arrangements to submit capability statementsas well. Responses shall include the companys specific area of interest in thisacquisition as being either a potential Prime contractor or Subcontractor. Your response is required not later than December 10, 2010 and reference NNG11364774R inany response. Please submitted your response via email to Caroline Ardolini atCaroline.E.Ardolini@nasa.gov Any questions you may have are to be submitted in writing,via email, to the POC listed below. No solicitation exists; therefore, do not request a copy of the solicitation. If notusing GSA, a solicitation will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the Capability Statement review.Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG11364774R/listing.html)
 
Record
SN02329269-W 20101119/101117234450-10be327fe5d7def537287814b1cf0c08 (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.