Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOURCES SOUGHT

R -- KENNEDY SPACE CENTER PROTECTIVE SERVICES CONTRACT II

Notice Date
7/24/2015
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK15ZOS001L
 
Response Due
8/20/2015
 
Archive Date
7/24/2016
 
Point of Contact
Steven B. Peterson, Contracting Officer, Phone 321-867-5632, Fax 321-867-4848, Email steven.b.peterson@nasa.gov
 
E-Mail Address
Steven B. Peterson
(steven.b.peterson@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, Small Disadvantaged, 8(a), Woman-Owned, Veteran-Owned, Service-Disabled Veteran-Owned, and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the management, integration, and performance of the KSC Protective Services Contract (KPSC) II comprising several facilities spread out over 144,000 acres in the entire 32899 zip code. The purpose of the KPSC II is to provide protective services including but not limited to: security operations, personnel security, badging, 911 dispatch center, firefighting, prevention and engineering, aircraft rescue and firefighting (ARFF), advanced life support (ALS) ambulance services, emergency management, and law enforcement training. The KPSC II requirements may include the following: 1. Security Services: Identification Management Badging Access Control, Physical Security and Armed Uniformed Services (firearms and canines), Resource Protection, Personnel Security Services, Education and Training, Industrial Security, Security Investigations, Locksmith, Emergency Response Team (SWAT), and Law Enforcement. 2. Fire Services: Fire Fighting, Paramedic Services, and Fire Inspection and Engineering. 3. Emergency Management: Emergency Operations Center, Incident Management, Continuity of Operations, 911 Emergency Center Operations, and Contingency Planning. 4. Information Assurance: Auditing, forensics, certification and accreditation (Law Enforcement and Fire Services), and compliance reviews. This requirements NAICS code is 561612 (Security Guards and Patrol Services with a size standard of $20.5M annually). NNK11OL33C is the current KPSC, and Chenega Security & Support Solutions, LLC, Chantilly, VA, is the incumbent contractor. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on FedBizOpps and NASA Acquisition Internet Service. It is the responsibility of prospective offerors to monitor these sites for the release of any future synopsis or solicitation. This sources sought synopsis is for informational and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically, via e-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) and shall contain a minimum font size of 12. Additionally, the Capability Statement shall list, at a minimum, 2 customer contacts covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees, and customer point of contact address, phone, and e-mail). To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your companys specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one-page summary will not count 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) Company type/classification (Large, Small, Small Disadvantaged, 8(a), Woman-Owned, Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone business, etc.). (7) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), and point of contact position, address, phone, and e-mail. (8) Applicable NAICS Code(s). (9) DUNS number and cage code. It is not sufficient to provide only general brochures or generic information. Additionally, it is not sufficient to provide only resumes of key personnel. NOTICE: Copies of your capability statement(s) may be made available to prospective offerors in the future. Therefore, it should not contain company-sensitive information. Your response is required no later than August 20, 2015. Please reference NNK15ZOS001L in any response. KSC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities and potential breakouts given the possibility that the total requirements may be competed on an unrestricted basis.This feedback would be used as research information to support the analysis and development of subcontracting goals and potential teaming arrangements. This feedback should also be provided electronically via e-mail to the primary POC by August 20, 2015. The Government reserves the right to utilize any information received in response to this synopsis in developing its acquisition strategy. Any questions you may have are to be submitted in writing, via email, to the below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15ZOS001L/listing.html)
 
Record
SN03809973-W 20150726/150724235410-c63d71cd6836207ced0dda00baf4f6c8 (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.