SOLICITATION NOTICE
R -- INTERIN SECURITY GUARD AND PATROL SERVICES FOR NASA JOHNSON SPACE CENTER
- Notice Date
- 7/17/2012
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ12ZBJ005R
- Response Due
- 8/1/2012
- Archive Date
- 7/17/2013
- Point of Contact
- Homero Rangel, Contract Specialist, Phone 281-244-6962, Fax 281-483-2138, Email homero.rangel-1@nasa.gov - Karon F. Porche, Contracting Officer, Phone 281-483-5114, Fax 281-483-2138, Email karon.f.porche@nasa.gov
- E-Mail Address
-
Homero Rangel
(homero.rangel-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC has a requirement for interim security guard and patrol services for a term of three (3) months plus three (3) one-month options. Services will include: protective services, security, emergency response, risk assessment, vulnerability analyses, innovative and strategic recommendations for security enhancements and upgrades, and badging operations for JSC, Ellington Field, and Sonny Carter Training Facility in Houston, Texas, and the White Sands Test Facility Complex in Las Cruces, New Mexico. NASA/JSC intends to purchase these services from The Diamond Group. The current procurement need of security services is deemed to have only one responsible source, as they will support NASA JSC in maintaining the Centers comprehensive security program while a procurement development team works to obtain procurement strategy approval, ensure its proper implementation, and comply with new Agency directives on the limitation of Cross Agency Support funded contracts crossing fiscal years in preparation of the award of the new Security Support Services Contract. The existing contract will expire on September 30,2012. The contract provides critical services which require extensive training and certifications from outside federal and state agencies, as well as NASA and center specific training. It is not feasible for an interim contractor to meet the contractually required training requirements during an abridged period of performance of less than a year. In addition, transitioning these critical services from the existing contractor to an interim contractor prior to transitioning to the follow-on contract would be cost prohibitive, introduce unnecessary performance risk, and potentially have a significant detrimental effect on continuity of service. This award will allow the current contractor, The Diamond Group, to continue performance in the interim period, without impeding the level of service, until the award of a new follow-on contract. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on August 1, 2012. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Lauri N. Hansen, and she may be reached at 281.483.2823.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBJ005R/listing.html)
- Record
- SN02805529-W 20120719/120717235830-ce71354a4c7b428054e801f335978f10 (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 |