SOURCES SOUGHT
R -- P222 Site Security Manager
- Notice Date
- 10/1/2024 8:09:07 AM
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925P222SSMgr
- Response Due
- 10/17/2024 12:00:00 PM
- Archive Date
- 11/01/2024
- Point of Contact
- Elysia Allen
- E-Mail Address
-
elysia.m.allen2.civ@us.navy.mil
(elysia.m.allen2.civ@us.navy.mil)
- Description
- Subject to FAR Clause 52.215-3, entitled, �Solicitation for Information and Planning Purposes,� this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated single award, Firm Fixed Price type contract for Responsive Strategic Sourcing Services under NAICS Code 561612. It is anticipated that the period of performance for this requirement will be a 12-month base period beginning with four (4) option periods. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.� Background:� Project Sponsor requires manpower augmentation for construction site security surveillance services in support of P222 construction project for ACCLOGWING NS Norfolk. Special Access Program Central Office (SAPCO) and Navy Special Security Office (SSO Navy) approved construction projects are subject to overarching and unique program considerations. The infrastructure, equipment, and services being acquired will be critical to ensuring that these construction projects comply with the requirements defined in the ICD 705, ""Physical and Technical Security Standards for Sensitive Compartmented Information Facilities"", DODD 5205.07 �Special Access Program Policy�, DODM 5205.7 Vol. 1-3 �Special Access Program Manual�, DONSAPCO/0254-16, �Department of the Navy Special Access Program Physical Security Standards�, DODM 5105.21-V2, �Physical Security, Visitor Control, and Technical Security�, and CNSSI No. 7000, �TEMPEST Countermeasures for Facilities�. In addition, the ICD 705 has several implementing documents to include ICS 705-1, ICS 705-2 and the ""IC Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (SCIF), IC Tech Spec for ICD/ICS 705 version 1.5.1,"" dated 26 July 2021 (named here throughout as �Tech Specs�). Documents available at www.odni.gov. Scope:� The Contractor shall deliver the necessary resources to perform the requirements of this PWS. The NAVSUP Fleet Logistics Center (FLC), Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive acquisition strategy for the support services detailed above and in the attached PWS.� Responses to this Sources Sought request should reference �P222 Site Security Manager� and shall include the following information in this format: 1.� Company name, address, point of contact name, phone number, fax number and email address. 2.� GSA Schedule, Seaport-e Schedule, or any other DoD Contract Vehicle 3.� Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, WOSB, SB, Veteran-owned, etc., in accordance with the NAICS Code. 4.� Contractor and Government Entity (CAGE) Code. 5.� Capability Statement detailing the contractor�s ability to provide support services for the requirements specified in the PWS.� Relevant past performance information on same/similar work within the last 5 years is to be included.� Please include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this� sources sought and detail how these contracts are similar in scope, complexity, and magnitude to this requirement. 6.� Include any other supporting documentation. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.� Standard company brochures will not be reviewed.� Submissions are not to exceed ten (10) typewritten pages in no less than 12-font.� Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses to this Sources Sought request should be submitted to elysia.m.allen2.civ@us.navy.mil by 3:00PM EST on 17 October 2024.� Again, this is not a request for proposals.� This information is for planning and market research purposes only and will not be publicly released.� Proprietary information should be clearly marked.� Respondents will not be notified of the results.� Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f625ac9756c49d4abcb2a358eb76101/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07230374-F 20241003/241001230111 (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 |