SOURCES SOUGHT
N -- Overseas Security Installation Services - Supporting Documentation
- Notice Date
- 4/9/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 19AQMM18N0042
- Archive Date
- 5/3/2018
- Point of Contact
- Jessica Osterberger, Phone: 2026742501
- E-Mail Address
-
OsterbergerJL@state.gov
(OsterbergerJL@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Representative Bill of Materials for Technical Security Upgrade. Draft Performance Work Statement REQUEST FOR INFORMATION - 19AQMM18N0042 Department of State, Bureau of Diplomatic Security, Office of Security Technology Overseas Security Installation Services Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify small businesses capable of performing the services described in the attached draft Performance Work Statement (PWS). This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Responders are advised that the Government will not pay for information submitted in response to this RFI, nor will it compensate interested parties for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. Instructions The Government is seeking responses from small businesses ONLY. The respondent must self-certify itself as small under North American Industry Classification System (NAICS) Code 238210, Electrical contractors and other wiring installation contractors. Responses must be limited to 15 pages or less and be submitted in Microsoft Word or Portable Document format (PDF), using Times New Roman, 12-point font. The Government will not entertain telephone calls or questions for this RFI. The responses should include the following information: A. Company Profile, to include: 1. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List. 2. Statement self-certifying the company as small under the NAICS code 238210, Electrical contractors and other wiring installation contractors, and identifying the socioeconomic category of the business (e.g., 8(a), Service Disabled Veteran Owned, Women Owned, HUBzone, Small Business, etc.). 3. Information regarding all Government wide acquisition contracts held, i.e., vehicle name, contract number, etc. 4. DUNS Number 5. CAGE Code to include National Industrial Security Program Clearance Information (if applicable) 6. Company Point-of-Contact and contact information, i.e., telephone number and email address. B. Technical Capability, to include: 1. Summary of company's technical capabilities which would support the services described herein. The Government would like to see information regarding whether or not the required knowledge exists in-house or if the company plans to subcontract. 2. A list of up to five (5) U.S. Government contracts under which the company has previously performed services similar to those described in the draft PWS in magnitude, scope, and complexity. The list shall include - a. Agency name, b. Contract number, c. Contracting Officer name, email address, and telephone number, d. Dates of performance; and e. Brief description of work performed, including - i. Tasks performed and how they relate to the task areas, workload and technologies described in the draft PWS. For context on a typical Planned Overseas Installation Project (PWS Section IV.D.1), a representative bill of materials (BOM) for a technical security upgrade (TSU) is attached. ii. Level of Effort and Labor Mix. iii. Place(s) of performance including specific details of performance in High Threat/High Risk areas (e.g., Iraq and Afghanistan). iv. Security clearance requirements. 3. Ability to Provide Cleared and Qualified Personnel. The minimum clearance level for all personnel is SECRET. All Key Personnel must have a Top Secret clearance by the contract start date. SCI-and/or COMSEC/crypto and NATO information access will be required of some personnel. Complete the table below demonstrating the current number of cleared personnel (companywide): Current Number of Employees by Clearance Level Secret Top Secret Top Secret/SCI 4. Ability to obtain and maintain employee visas (i.e. ability to liaise with the host country to request and obtain entry visas for all OCONUS and TDY employees) to include Iraq, Afghanistan, and Pakistan. a. Provide a copy of your company's Iraqi and Afghani business licenses (if applicable). 5. Experience Transitioning in/out of High Threat/High Risk Areas a. Provide up to five (5) past performance references describing experience transitioning staff in and out of High Threat/High Risk areas overseas within the last five (5) years. Note: Contracts cited in response to #2 above can be referenced here. 6. Ability to provide facilities to accommodate the work performed under the PWS. Provided facilities must possess a TS Facility Clearance (FCL) and meet the requirements for the overnight storage of classified material at the SECRET level. Provided facilities must also be suitable to establish connectivity to the Department of State OpenNet and ClassNet automated information systems. Submit your response no later than Wednesday April 18, 2018 at 12:00 PM Eastern Time, to Jessica Osterberger at OsterbergerJL@state.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18N0042/listing.html)
- Record
- SN04883331-W 20180411/180409230913-e9d13db93fbead89c72994480db08411 (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 |