Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
MODIFICATION

R -- Request for Information Construction Site Security N2W

Notice Date
1/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
HM157517R0001
 
Point of Contact
Jeffrey H. Teague, Phone: 3146761655, Brian E. Taylor, Phone: 3146760197
 
E-Mail Address
jeffrey.h.teague@nga.mil, brian.e.taylor@nga.mil
(jeffrey.h.teague@nga.mil, brian.e.taylor@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Amendment HM157517R0001 National Geospatial-Intelligence Agency Construction Site Security Services Respondents to the initial posting of the RFI are requested to provide additional information related to construction site security services as specified below. Parties interested in responding, who did not submit a response to the initial posting, are requested to provide the information as specified in the initial posting and the additional information as listed below. Additional information requested: A. CSTs 1. What are the topics and areas of information covered during CST training and reoccurring training? 2. What is the number of training days required for CST certification? 3. What is the requirement for assessing or certifying CSTs and according to which policies or guidance? 4. Is your CST training and certification recognized by the US Intelligence Community? If so by whom? 5. How are CSTs recruited and staffed to support a project of this magnitude and how long does it take to do so? 6. How is the number of CSTs required during a construction project calculated? B. Past Experience 1. What other contracts have you provided related services on? 2. Were you a prime or subcontractor on previous efforts? 3. Please provide name of agency, contract number, project value and a copy of the PWS, SOW, QASP or other relevant information on similar past contract efforts. C. Small Business 1. What efforts do you make to staff with local residents? 2. What efforts do you take to incorporate local small businesses in your subcontracting opportunities? 3. Based on the draft PWS what percentage of the contract do you anticipate being subcontracted? NGA representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Jeffrey Teague at jeffrey.h.teague@nga.mil no later than January 13, 2017. Verbal questions will NOT be accepted. Questions will be answered by posting answers to Federal Business Opportunities (FedBizOpps) website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after January 13, 2017 will be answered. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Construction Security Services. The information provided in the RFI is subject to change and is not binding on the Government. The NGA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed to be a commitment or an authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. ______________________________________________________________________ Inititial Posting REQUEST FOR INFORMATION HM157517R0001 National Geospatial-Intelligence Agency Construction Site Security Services 1.0 Description 1.1 The National Geospatial-Intelligence Agency (NGA) in support of Construction of the New St. Louis Facility is seeking information on how an interested contractor could provide construction site security services. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, NGA is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background N2W Requirement: The N2W facility is required to replace mission critical facilities in St. Louis that have exceeded their service life. The project will accommodate new technologies and processes that will generate beneficial synergies through integration, collaboration, and geospatial data immersion. The ‘purpose-built' facility will provide an open flexible work environment that is scalable, reconfigurable, and adaptive to changing mission requirements and the associated changes in workflow and data sharing methodologies. The project will provide NGA's workforce with safe, secure, and efficient facilities that will meet the agency's long-term requirements and vision for Geospatial-Intelligence (GEOINT) and will be consistent with the Director National Intelligence (DNI) facilities strategic plan. Given the scale of the construction project and the need for NGA to move from existing facilities minimizing dual operating costs, the N2W will require the builder to provide transition phase services from immediately after beneficial occupancy date (BOD) for up to 24 months later when the facility will be ready for full operational capability (FOC). 2.1 Delivery Period: Estimated to be five years, only during the construction phase of this project. 2.2 Considerations: 2.2.1. Official start date for this project is currently TBD 2.2.2. The site is located in an urban environment. 2.2.3. Design of the future building, floors and shape, is TBD. 2.2.4. Estimated square forage of the building is 800,000 2.2.5. The site property comprises 99 acres. 2.3 Security Requirements: 2.3.1. The completed N2W shall result in a secure facility constructed in accordance with Intelligence Community Directive (ICD) 705. Some key design personnel on the design-build team shall be required to have various levels of active security clearances. 2.3.2. All Offerors and subcontractors shall be required to comply with DFARS 252.225-7050, Disclosure of ownership or control by the government of a country that is a state sponsor of terrorism, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.209-7004, Subcontracting with firms that are owned or controlled by the government of a country that is a state sponsor of terrorism. 2.3.3. Construction Surveillance Technicians (CSTs) shall have a Top Secret Clearance (TS) to begin. CST's shall also have the ability to achieve TS-Sensitive Compartmented Information (SCI) clearance to accommodate phases of this construction project. 2.3.4. Personnel required for duties other than CST, shall be properly accredited and cleared with the proper security clearance up to TS-SCI when required according to the phased construction. The level of security clearance will depend on the progress of the building construction along with accreditation and approval of classification spaces. The proper clearance level will ensure contractors are able to enter spaces required to do their job as the progression of the building is enclosed and classified. 2.3.5. Security of the construction site, inspecting vehicles of all types entering the construction site, inspecting construction materials entering the site as well as monitoring the point of manufacture (ie: concrete plant) and personnel entering the site shall carry a high importance. 3.0 Requested Information 3.1 Performance Work Statement Feedback and Recommendations: Respondents are requested to review the attached PWS and provide recommendations on content and approach to include methods of performance, delivery, workload estimating and deliverables. 3.2 Capabilities on Required Services: Respondents are requested to submit a detailed description of their capabilities to provide all or a portion of the services outlined in the PWS. This shall include relevant experience, in house capabilities and small business subcontracting opportunities and partnerships. 3.3 Personnel Recruitment, Retention, and Timing: Respondents are requested to submit a capabilities statement that shows how trained and cleared personnel will be provided to meet all security requirements throughout the five year construction process, to include lead time for onsite personnel. This shall include the ability to staff Construction Surveillance Technicians (CSTs) as required and to staff and bring cleared, trained personnel onsite. Describe the methodology to staff TS CSTs in the St. Louis, MO area. 3.4 Additional requested information 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word or PDF format are due no later than December 20, 2016. Responses shall be limited to 50 pages, single spaced, size 12 font, including attachments and submitted via e-mail to jeffrey.h.teague@nga.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. In the course of this RFI, NGA may share some or all of the information obtained, marked proprietary or otherwise, with support contractor employees. Each of these "contractor employees" has signed a non-disclosure agreement with NGA. If this is not acceptable, please annotate this on your cover letter. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. Recommendations for contracting strategy and requested information from section 3 above. 4.3.3. A statement that the respondent will or will not allow the Government to release its proprietary data, if any, to the Government support contractors. 4.3.4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 561612, "Security Guards and Patrol Services". "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, averaging no more than $20.5 M million dollars in annual receipts. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondents are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://farsite.hill.af.mil/ 4.3.5 The facility security clearance cage code of the respondent. 5.0 Industry Discussions NGA representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Jeffrey Teague at jeffrey.h.teague@nga.mil no later than December 5, 2016. Verbal questions will NOT be accepted. Questions will be answered by posting answers to Federal Business Opportunities (FedBizOpps) website. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after December 5, 2016 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Construction Security Services. The information provided in the RFI is subject to change and is not binding on the Government. The NGA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed to be a commitment or an authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. To obtain copies of the Draft Performance Work Statement and The Construction Site Security Plan utilize the functionality in FBO request access,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157517R0001/listing.html)
 
Place of Performance
Address: 3838 Vogel Road, Arnold, Missouri, 63010, United States
Zip Code: 63010
 
Record
SN04365652-W 20170108/170106234132-dd26aad1933b5add17e12811b26f3176 (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.