Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOURCES SOUGHT

L -- Security Consulting Services

Notice Date
6/19/2020 7:52:46 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0125
 
Response Due
7/3/2020 12:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Madelene Perez, Phone: 7609392503, Erin K Strand, Phone: 7609397309, Fax: 7609398186
 
E-Mail Address
madelene.perez@navy.mil, erin.strand@navy.mil
(madelene.perez@navy.mil, erin.strand@navy.mil)
 
Description
�(1) INTRODUCTION AND PURPOSE: Naval Air Warfare Center Weapons Division (NAWCWD) intends to award a sole source contract to Adamo Security Group, 11980 Woodside Ave #1, Lakeside, CA 92040, for security consulting services in accordance with FAR 6.302-1, Only one source will satisfy agency requirements, due to proximity and ability to provide Intelligence Community Directive (ICD) 705 Consulting Services, Design Review, Intrusion Detection System (IDS)/Automated Entry Control System (AECS) Systems Review, Construction Projects and Review, as well as ICD 705 Training. The ICD requirements include Sound Transmission Class (STC) ratings and Radio Frequency (RF) shielding. �The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources and their size classifications. These classifications are relative to the North American Industry Classification Systems (NAICS) code 561621 Security Guards and Patrol Services, which has a corresponding size standard of $22,000,000. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources.� No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published.� (2) PROGRAM DESCRIPTION: The NAWCWD is requesting security consulting services for MILCONs P1900, P1901, P1903, P1908, P1911 and the Michelson Lab Rehabilitation Project. These services will account for all phases of the projects and their management phases, including conceptual design, integrated design, construction, post-construction, and accreditation and commissioning. (3) REQUIRED CAPABILITIES: The Security Consulting Services are compliant with Intelligence Community Standard (ICS)/ICD 705 specifications. (4) PLACE OF PERFORMANCE: China Lake, CA.� (5) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Price (FFP)� contract.� (6) SPECIAL REQUIREMENTS: N/A� (7) ADDITIONAL INFORMATION: N/A� (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above� may submit a written response which shall be considered by the agency. The written response shall� reference solicitation number N6893620Q0125 and provide a capability statement that clearly� indicates the firm�s experience, assets, background, and ability to perform the required work without� compromising the quality, accuracy, reliability, and schedule.� Contractor responses shall also include the following information:� a) A reference to the solicitation number N6893620Q0125 and brief title of this announcement;� b) Company name and address;� c) Company's point of contact name, phone, fax, and e-mail;� d) Declaration as to whether a U.S. or foreign company;� e) Company size (Small or Large according to the identified NAICS and size standard identified);� f) If your company is a small business, specify type(s);� g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by� the prime and the work to be accomplished by the teaming partners;� h) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point� font minimum), demonstrating ability to perform the specific requirements discussed above.� i) An outline of previous projects related to the program description, identify specific work� previously performed or currently being performed related to the program description; and� j) Any other specific and pertinent information as pertains to this particular area of procurement that� would enhance the Government�s consideration and evaluation of the information submitted.� Questions and comments are highly encouraged.� An opportunity for a site visit will be offered after the solicitation is issued. No.� The results of the sources sought may also be used to determine if any Small Business Set-Aside� opportunities exist using NAICS Code code 561621 for with a small business size standard of $22,000,000.� All Small Business Set-Aside categories will be considered.� Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 07/03/2020 days from this notice date to Madelene Perez, Contract Specialist, at madelene.perez@navy.mil� DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. �The written response shall reference solicitation number N68936-20-Q-0125 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.� All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/SAM/.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bee49b9e38474afba028d31ef8f88fcc/view)
 
Record
SN05697460-F 20200621/200622142807 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.