SOURCES SOUGHT
R -- Security Guard Services - (Draft)
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, Maryland, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- HHSN-NIH-OD-OLAO-13-001
- Archive Date
- 3/6/2013
- Point of Contact
- Oghogho Joy Ajao, Phone: 3014435655
- E-Mail Address
-
ajaooj@mail.nih.gov
(ajaooj@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work (SOW) for Guard Services for NIH THIS IS A SOURCES SOUGHT SYNOPSIS; THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The National Institutes of Health (NIH) is doing a market survey to determine the availability and potential technical capability of small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business to provide the services requested. The NIH intends to solicit and award a firm fixed price contract to provide Security Guard Services to its campus and off campus facilities. This acquisition shall provide for the physical security of the employees, visitors and government property at the NIH campus and off-campus facilities. Officers under this contract shall be responsible for protective control over the contents of the NIH facilities and the protection of occupants from fire, injury, destruction, molestation, theft, safety hazards and vandalism. This requirement is for ALL services identified in the SOW. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. DIRECTIONS: The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached statement of work (SOW). The SOW represents a detailed snap shot of the requirements of the NIH. Therefore, the Government is requesting that interested concerns responding to this market survey should respond to all of the requirements above demonstrating capability. Responses should be concise with only the pertinent information requested, not to exceed 10 single-spaced pages. If you believe that your company has existing qualified personnel, relevant past performance experience, and the technical capability to perform the type of work described in the SOW, please submit the following information: (1) Company name and mailing address and point of contact. (2) Type of business, i.e., small, small disadvantaged, woman-owned, HubZone, serviced-disabled veteran-owned small business, large business, etc. and NAICS Code. If your company NAICS Code is different from the one under which it was advertised, please state the rationale for why your company performs these services under said NAICS code. (3) Capabilities statement describing the ability to perform the summarized scope of work along with past experience of a similar scope, size, complexity and relevance within the past 3 years. Provide the name of the project, contract number, value, and period of performance. Contracts must be same or similar to the work described in the SOW. (4) ALL OFFERORS MUST demonstrate and submit evidence that they can meet the financial requirements of this acquisition as stated in the SOW. offerors must demonstrate the financial ability to make any necessary payments without delay and expend as much as $8 to $10 million dollars over a two month period under standard reimbursement procedures from the Government. This evidence can be in the form of a bank statement or correspondence from your bank stating their willingness to lend you a credit line. Simply stating that you can meet the financial requirement will not suffice to satisfy this requirement. If subcontracting or teaming is anticipated in order to meet the requirements, the prime contractor must demonstrate the ability to deliver the technical capabilities and maintain adequate labor, management and financial control of the project. The intended procurement will be classified under NAICS Code 561612, size standard $18.5 million. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE, WHICH IS: Tuesday February 19 th 2013 at 1PM Eastern Time. Three (3) copies of the capability statement must be sent to: O. Joy Ajao, Office of Logistics and Acquisition Operations, 6011 Executive Blvd., Room 625C, Bethesda, MD 20892-7633. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, the city, state, and zip code should read ROCKVILLE, MD 20852). Please reference: HHSN-NIH-OD-OLAO-13-001. Facsimile capability statements will NOT be accepted. Comments and questions regarding this announcement will NOT be answered, but may assist in creating a solicitation for this requirement. Respondents shall address all applicable small business representation when sending capability statements. DISCLAIMER AND IMPORTANT NOTES : This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will NOT be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/HHSN-NIH-OD-OLAO-13-001/listing.html)
- Place of Performance
- Address: National Institutes of Health (NIH), 9000 Rockville Pike, Bethesda, Maryland, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02977087-W 20130202/130131234748-25d8e7ea0e1a9ada2736cde83772a958 (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 |