Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SOURCES SOUGHT

99 -- Market Survey: Security Officer Services � North East Service Area - Amendment 0001

Notice Date
3/6/2023 9:59:38 AM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-23-RFI-NESAGuards
 
Response Due
3/24/2023 1:00:00 PM
 
Point of Contact
Stephen Young, Phone: 2022674440
 
E-Mail Address
stephen.young@faa.gov
(stephen.young@faa.gov)
 
Description
693KA8-23-RFI-NESAGuards *************Amendment 0001************ The purpose of Amendment# 0001 is to do the following. A.) The Capability Statement is being amended to add Sentence #: 5 (see sentence below). 5.)�The Contractor must list the state (s) they are licensed to provide security services. B.) The North East Service Area Detail Page is being amended to add the following sentence. The Contractor must list the state (s) they are licensed to provide security services. ----------------------------------------------------------------------------------------------------------------------------------------------------------------------- 693KA8-23-RFI-NESAGuards 1.) Introduction/Purpose The Federal Aviation Administration (FAA) is required to procure security officer services under the National Security Officer Services (NSOS) Program. The purpose of this Market Survey/Request for Information is to survey the marketplace to assess the level of interest and capabilities among qualified providers of the required services, as well as whether adequate competition exists to set-aside for small business.� 2.) Description of the Required Services There is a need for security officer services in order to provide Contract Security Officer (CSO) services for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage, and terrorism in the FAA NSOP geographical North East Region Service Area (NESA) in accordance with the attached Attachment A: Draft Statement of Work (SOW). This service area includes locations within the continental United States as depicted in Attachment B: North East Service Area Detail. This attachment identifies the states within the NESA that will require security officer services. In order to make this determination, the FAA requires the following information from interested businesses: CAPABILITY STATEMENT: The Contractor�s primary business must be providing Contract Security Officer (CSO) services, including unarmed and armed security officers (SOs). The Contractor must have at least five (5) years of documented experience in providing armed contract SO services. The Contractor must provide written evidence of satisfactory service to large facilities similar to FAA large manned facilities.�This includes operation of automated access control, visual surveillance, intrusion detection, and X-Ray scanning equipment.� The�Contractor must show the ability that they and all of their personnel assigned to FAA facilities can meet all applicable federal, state, and local license and registration requirements, that all required registrations and licenses will be current, and that they will have the capability to maintain this status. In those circumstances where the state or local requirements are less stringent than FAA requirements, SOs will be required to meet the FAA requirements.� 3.) North American Industry Classification System (NAICS) Code The NAICS code is 561612 - Security Guards and Patrol Services. The small business size standard for this code is $20.5 million. 4.) Nature of Competition The nature of the competition has not been determined at this time.�The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses.�The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.� 5.) General This market survey is only for the purpose of identifying potential sources. No SIR/RFP exists; therefore, do not request a copy of the SIR/RFP. The FAA will not accept unsolicited proposals.�The Government is not liable for costs associated with the preparation, submittal of inquiries, or responses for this announcement, and will not reimburse any firm for costs incurred while responding to this public announcement.� Responses will not be returned.�Since this is a market survey announcement, no evaluation letters and/or results will be issued to respondents.�If a solicitation is issued, it will be announced on beta.SAM.gov.�It is the Contractor�s responsibility to monitor this site for the release of any solicitation. 6.) Submittal Requirements for Market Survey Interested businesses must provide the following: Capability Statement as defined above (not to exceed 15 pages, with 12-point Times New Roman font); Name and Address of Company, Point of Contact (name, title, telephone number, and email address); Large or Small Business Designation and any Minority/Disadvantaged/Veteran Status; and Data Universal Numbering System (DUNS) number. 7.) Market Survey/RFI Responses Submission Instructions Email your response to Stephen Young at stephen.young@faa.gov NO LATER THAN 4:00PM EST ON FRIDAY, MARCH 24TH, 2023. Responses received after this deadline will not be considered. The electronic submission should be in either Microsoft Word format or Portable Document Format (PDF). Hard copies are not sought so please do not send. Attachments: A. Draft Statement of Work (SOW) B. NSOP Central Service Area Detail (End of Announcement)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8fa666cd3cf745a9a59a8d0007dfeed1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06610049-F 20230308/230306230109 (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.