Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

R -- Request For Information (RFI) for Army Access Control Officer and Security Escort Services

Notice Date
1/4/2024 11:08:25 AM
 
Notice Type
Sources Sought
 
NAICS
56162 —
 
Contracting Office
W6QK INSCOM BELVOIR FORT BELVOIR VA 22060-5246 USA
 
ZIP Code
22060-5246
 
Solicitation Number
W50NH924R0012
 
Response Due
1/12/2024 11:00:00 AM
 
Archive Date
01/27/2024
 
Point of Contact
Krystopher J. Richardson
 
E-Mail Address
krystopher.j.richardson.civ@army.mil
(krystopher.j.richardson.civ@army.mil)
 
Description
REQUEST FOR INFORMATION (RFI) FOR ARMY ACCESS CONTROL OFFICER AND ESCORT SUPPORT SERVICES *AMENDED 15 DEC 2023 INTRODUCTION The Army Contracting Command-Intelligence and Security Command (ACC-INSCOM) is issuing this RFI pursuant to the Federal Acquisition Regulation (FAR) Part 10. This RFI is issued for informational, market research, and planning purposes only. The attachment to this notice provides an itemized list of Request Information as well as Additional Information that we are seeking. It does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue an RFP or RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furter, ACC-INSCOM is not at this time seeking proposals and will not pay for any information or administrative cost incurred in responding to this RFI. All costs associated with responding to the RFI will be solely at the responding party�s expense. Please be advised that all submission become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. *The Government cannot provide an estimated release date for a final solicitation. There is no guarantee that a solicitation will be posted in the future. * Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information in their response. Not responding to this notice does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized. It is the responsibility of potential offerors to monitor the government site for additional information pertaining to this requirement.� The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of various members of industry, specifically the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. PLACE OF PERFORMANCE Charlottesville, Virginia PROGRAM BACKGROUND The U.S. Army Intelligence and Security Command (INSCOM) executes mission command of operational intelligence and security forces; conducts and synchronizes worldwide multi-discipline and all-source intelligence and security operations; delivers linguist support and intelligence-related advanced skills training, acquisition support, logistics, communications, and other specialized capabilities in support of Army, Joint, and Coalition Commands and the U.S. Intelligence Community. The National Ground Intelligence Center (NGIC) is a major subordinate command (MSC) of the INSCOM Headquartered in Charlottesville, VA, and is the Nation�s leader in foreign ground forces intelligence. The NGIC is a fully integrated, all-source intelligence center composed of civilians and Soldiers from the active army, reserves, and National Guard. The NGIC produces scientific and technical intelligence and the military capabilities analysis on foreign ground forces required by war fighting commanders, the force modernization and research and development communities, the Department of Defense, and national policy makers. The purpose of this effort is to provide NGIC with Access Control Officer and Escort support services to process authorized visitors for entry, and conduct entry point security requirements as deterrent to the unauthorized removal of classified materials, unauthorized entry of personnel into facilities, and a deterrent against the unauthorized entry of prohibited items in violation of local Standard Operating Procedure (SOP) and Army policy. In support of these assignments, ACC-INSCOM requires the following: REQUIRED CAPABILITIES The Contractor shall provide Access Control Officer and Escort Support Services at the designated Place of Performance, to include the following outlined tasks: Control access of personnel and equipment into and out of the facility. Use Government provided security equipment, systems, and databases. Conduct face to identification (ID) checks for building access. Conduct entry-exit inspections and form validation for all items into and out of the facility. Conduct visual inspection of security equipment and facilities. Escort non-cleared personnel as required. Document security related activities and results. SPECIAL REQUIREMENTS Personnel and Facility Security Clearances: DD Form 254 Contract Security Classification Specification shall apply to this requirement. The Contractor shall possess and maintain a Top Secret (TS) facility clearance at contract award and for the life of the contract. Contractor personnel performing work under any task order under this IDIQ must be United States citizens, have an active Department of Defense (DoD) Top Secret/SCI security clearance based on a single scope background investigation at task order award and must maintain the individual security clearance for the life of the task order. ELIGIBILITY The applicable NAICS code for this requirement is 561612 � Security Guards and Patrol Services. *The size standard is $29 Million. *. The Product Service Code (PSC) is R430 Support-Professional: Physical Security and Badging. Your response to this RFI, including any capabilities statement, shall be electronically submitted to the Contract Specialist in either Microsoft Word or Portable Document Format (PDF), via email at Krystopher.J.Richardson.civ@army.mil. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected and not released by the Government to outside sources. �The email subject line must read:��RFI Response � ARMY Access Control Officer and Escort Support Services�. All questions must be submitted to the contract specialist identified above by NO LATER THAN 4PM EST on 4 January 2024. Telephone inquiries will not be accepted, and phone messages will neither be acknowledged nor returned. Likewise, no feedback or evaluations will be provided to companies responding to this announcement. The Government is not committed or obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/585a5755620e48e2827bfcbf7f0aa5e9/view)
 
Place of Performance
Address: Charlottesville, VA 22911, USA
Zip Code: 22911
Country: USA
 
Record
SN06927589-F 20240106/240104230044 (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.