SOURCES SOUGHT
R -- Security Services for the Shallow Land Disposal Area
- Notice Date
- 8/31/2022 9:09:07 AM
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN22SS3006
- Response Due
- 10/4/2022 9:00:00 AM
- Point of Contact
- Leanna Lesefka, Phone: 4123957549
- E-Mail Address
-
leanna.c.lesefka@usace.army.mil
(leanna.c.lesefka@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE, RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. Purpose This Sources Sought Notice is issued solely for informational, market research, and planning purposes only and does not commit the Government to any further contract actions, i.e., solicitation and/or contract. Respondents are advised that the United States Government will not pay for any information or administrative cost incurred in responding to this Sources Sought Notice. Not responding to this Sources Sought Notice does not preclude participation in any future Request for Proposals that may be issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. This is not a solicitation announcement, this is a Request for Information (RFI) only.� The U.S. Army Corps of Engineers (USACE), Pittsburgh District (LRP) is conducting market research to determine if there are any organizations capable of providing 24/7 Security Services at the Shallow Land Disposal Area (SLDA) in Vandegrift, PA. The SLDA is part of the Formerly Utilized Sites Remedial Action Program (FUSRAP), which directs USACE to clean up sites with contamination resulting from the Nation�s early atomic energy program. The Contractor will provide personnel, equipment, tools, materials, supervision, other items, and non-personnel services necessary to perform armed security services. These services are required to be consistent with those supporting FUSRAP programs and the SLDA project site during remediation[KJPCUC(1]� by an existing Prime contractor. Background The SLDA is a 44-acre fenced site located at 2992 River Road, Vandergrift, Pennsylvania. The site includes ten trenches containing contaminated waste and soil. The estimated quantities of contaminated waste in the trenches range from 23,500 to 36,000 cubic yards. Wastes include uranium and thorium contaminated process wastes, equipment, scrap, and trash from the nearby Nuclear Materials and Equipment Corporation (NUMEC) nuclear fuel fabrication facility in Apollo, Pennsylvania. These wastes were disposed of in the SLDA trenches between 1961 and 1970. Additional potential site conditions may include the presence of volatile and semi-volatile organic chemicals and metals, including beryllium, and waste or soils impacted by these chemicals. Further information about possible compounds on site can be found in the Remedial Investigation and the Feasibility Study for the SLDA. These documents are located on the USACE Shallow Land Disposal Area website at: https://www.lrp.usace.army.mil/Missions/Planning-Programs-Project-Management/Key-Projects/Shallow-Land-Disposal-Area/. Scope USACE requires a Contractor to provide security services on the site 24-hours a day, 7-days a week, 365 days a year. The Contractor shall have armed security guards on site at all times to carry out the principles of deterrence, detection, delay, and response. The Contractor will be required to provide a cadre of 17 full time equivalent (FTE) armed security guards for routine operations with the ability to provide additional FTEs at 4.25 FTE increments up to 34 FTE armed security guards as required for increased site operational tempo. The Contractor will provide the following security services including but not limited to: Conduct and document all perimeter inspections/security patrols Verify that all building doors (vehicle and man) on site are secured during inspections/patrols. Monitor all foot and vehicular traffic in and out of the site Ensure all visitors are approved, their identities verified, and maintain a log of visitors entering and exiting the site Coordinate with the Prime Remediation Contractor on various security programs including Operations Security (OPSEC), insider threat, badging, Antiterrorism, lock and key control, reporting incidents of security concern, etc. Control site ingress and egress of authorized personnel and monitor the site for any unauthorized access Monitor security cameras Contractor must have an active SECRET level Facility Clearance (FCL) Security Guards must obtain and maintain SECRET level clearances. All assigned guard personnel shall be certified in accordance with PA Act 235. Prepare and implement a chronic beryllium disease prevention program (CBDPP) in accordance with 10 CFR Part 850, 29 CFR 1910.1024, 29 CFR1926.1124, and EM 385-1-1. Provide a site-specific Accident Prevention Plan / Site Safety and Health Plan (APP/SSHP) and for USACE Acceptance prior to mobilizing to site. Instructions for Sources Sought Notice Capability Statement Responses: Capability Statement responses must be submitted electronically to the USACE LRP Contracting Division using the e-mail address below: To: LRP.CONTRACTING@USACE.ARMY.MIL Cc: LEANNA.C.LESEFKA@USACE.ARMY.MIL SUBJECT: Sources Sought Notice W911WN22SS3006 Respondents should submit their responses no later than 10/04/2022, Noon Eastern Time. Format requirements are: Format on 8.5�x11� size paper and prepared in Microsoft Word. Single-sided and not more than 10 (ten) pages in length. The total page count of 10 pages includes the cover letter, table of contents and acronym list. The total page count also includes all other information provided, i.e., graphs, technical, etc. Size 11 font or larger shall be used with the exception of tables. Charts and graphics must be in Microsoft Office or PDF format. Proprietary information submitted in response to this Sources Sought Notice will be protected from unauthorized disclosure as required by the Federal Acquisition Regulation (FAR). All proprietary markings should be clearly delineated. The respondent shall identify where data is restricted by proprietary or other rights and mark it accordingly. The cover page should contain: Company name Primary Point of Contact Alternate Point of Contact Phone Number and Email Address Cage Code Facility Clearance (FCL) Level NAICS Code Business Size Socioeconomic Business Status (8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), or the Women-Owned Small Business (WOSB) Program). Federal Supply Schedule (FSS) Contract Number and SIN, if applicable. Technical Ability: The respondents� technical ability shall describe and demonstrate your ability to provide the services described in the attached Draft Solicitation including but not limited to: Experience guarding Special Nuclear Material as provisioned in 10 CFR Part 73�Physical Protection of Plants and Materials. Company/firm�s evidence of/or ability to obtain SECRET security clearances for personnel Company/firm�s ability to meet the minimum qualifications of 10 CFR Part 73, Appendix B � General Criteria for Security Personnel and Appendix H � Weapons Qualification Criteria. Responses may include links or web addresses that demonstrate evidence of your technical expertise. Sources Sought Notice Response Contact Respondents to this Sources Sought Notice shall designate a primary and one alternate point of contact within the company (Name, Address, Email, and Telephone). Clarification of Sources Sought Responses To fully comprehend the information contained within a response to this Sources Sought Notice, there may be a need to seek further clarification from respondents. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response to a specific USACE group or groups. USACE reserves the right to seek additional information from respondents identified with unique solutions that are determined to be beneficial to USACE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b122cd3fc5c44883b7cdaa55914f11b9/view)
- Place of Performance
- Address: Vandergrift, PA 15690, USA
- Zip Code: 15690
- Country: USA
- Zip Code: 15690
- Record
- SN06449280-F 20220902/220831230141 (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 |