Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
SOLICITATION NOTICE

99 -- National FAA Security Officer Service Acquisition

Notice Date
12/23/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-471 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10285
 
Response Due
1/20/2011
 
Archive Date
2/4/2011
 
Point of Contact
Bill Willenbring, 202-385-6664
 
E-Mail Address
bill.willenbring@faa.gov
(bill.willenbring@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The FAA has a future requirement to provide Security Officer Services on a national contract level. The FAA performance area is the continental United States, Alaska, Hawaii and specific U.S. Territories. The period of performance is forecast to begin approximately March 31, 2012. Interested sources that are capable of providing both armed and unarmed Security Officer Services in accordance with the attached draft Statement of Work (SOW) should respond. The nature of the competition has not been determined. It may be necessary for the FAA to issue a short-term bridge contract (12-18 months) so that all security support requirements are met while the Government completes the competitive process. The bridge contract will be executed in accordance with FAA AMS Policy and Guidance. The FAA will evaluate the responses to this Market Survey and will make acquisition decisions based on those responses. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 561612, Security Guards and Patrol Services, with a size standard of $17 Million. The FAA encourages the use of the FAA Mentor Protg Program for this requirement. Information on the FAA Mentor Protg Program can be found on the FAA Small Business website at www.sbo.faa.gov through the Contracting tab. All responses (one per company) are to be provided on company letterhead and limited to a total of 15 typewritten pages. No type font less than 11 point may be used. PURPOSE:This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition. This is neither a screening information request (SIR) nor request for proposal (RFP) of any kind. The FAA will not accept unsolicited proposals. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. In order to make this determination the FAA requires the following information from interested vendors: CAPABILITY STATEMENT: All responders must provide a Capability Statement that addresses the following minimum criteria (in order): a.The potential Offeror's primary business must be providing contract security officer services, including armed security officers. b.The prime potential Offeror must have at least five (5) years of documented experience in providing contract armed security service officer services. c.The potential Offeror must demonstrate they have provided satisfactory service to large facilities similar to FAA large manned facilities. This includes operation of automated access control, visual surveillance, intrusion detection and X-Ray scanning equipment. d.The potential Offeror must provide proof that they and all of their personnel assigned to FAA facilities, are capable of meeting all applicable federal, state and local license and registration requirements, and that all required registrations and licenses are current at the time of award. Successful Offerors must maintain currency for all required registrations and licensing throughout the contract period of performance. e.Identify any restrictions in providing security officer services geographically. For example if you cannot provide security officers for Alaska, Hawaii and Guam, identify those areas. If you can only provide security officers for one state or FAA Service Area (see attached map) then note that. f.Identify the type of security officer services provided by your firm (Armed/Unarmed). REQUIREMENTS FOR EXPRESSION OF INTEREST: Interested vendors must provide the following: a.Capability Statement (as defined above) b.Completed Business Declaration Form (attached) c.Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable) SUBMISSION FORMAT: FormatQuantityAddressElectronic1 setbill.willenbring@faa.gov OR Hard copy1 originalBill Willenbring800 Independence Ave, SWRoom 406Washington, DC 20591 Overnight1 originalBill Willenbring950 L'Enfant Plaza SW, South TowerSuite 300, Cubicle 140Washington, DC 20024 NOTES: Electronic submission is preferred. The electronic submission should be in either Microsoft Word format or portable document format (PDF). Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 2:00 p.m. Eastern Time on January 20, 2011. For questions, requests for additional information, etc. regarding this market survey, contact Bill Willenbring, Contracting Officer, via Email. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es), and mailing address. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page. It is the Offeror's responsibility to monitor this site for the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10285/listing.html)
 
Record
SN02350250-W 20101225/101223233834-0716126c0a313219e19ba8fd5e4e563b (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.