COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1, 2001 PSA #2905
SOLICITATIONS
R -- W -- COMMERCIAL ACTIVITY (CA) COST COMPARISION STUDY UNDER OMB CIRCULAR A-76 FOR PUBLIC SAFETY SERVICES FOR THE NAVY REGION NORTHWEST, SILVERDALE, WASHINGTON
- Notice Date
- July 30, 2001
- Contracting Office
- Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570
- ZIP Code
- 98370-7570
- Solicitation Number
- N44255-01-R-8012
- Response Due
- October 22, 2001
- Point of Contact
- Sharon Keenan, Contract Specialist, (360) 396-0083, keenansj@efanw.navfac.navy.mil
- E-Mail Address
- keenansj@efanw.navfac.navy.mil (Sharon Keenan, Contract Specialist, keenansj@efanw.navfac.navy.mil)
- Description
- THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. The Contracting Office at the Naval Facilities Engineering Command, Engineering Field Activity Northwest (EFANW), in conjunction with the Commander, Navy Region Northwest, the regional coordinator for the Navy in the four-state area of Washington, Oregon, Idaho and Alaska, is currently seeking potential sources for this service under an OMB Circular A-76 Cost Comparison Study. The intent of the study is to determine the most cost effective method of providing Public Safety services support for the Navy Region Northwest. Additional information on the size of the region and the commands support may be found at http://www.cnrnw.navy.mil/ . This notice does not constitute a commitment by the Government. The Study will determine whether those services should be performed under a contract with commercial sources or through the federal work force. A government proposal to provide these services is being developed and a contract may or may not result. The overall scope of the work is to provide physical security, force protection, crime prevention, Pass and Identification (Pass & ID), dispatch and associated administrative support services. A Facility Secret clearance would be required. Requirements are expected to include the following specific support areas: temporary and permanent badging; management of automated access control system; vehicle decals and passes; fingerprinting; parking assignments; monitoring and dispatch of intrusion detection systems and lock and key programs; operation of dispatch to include receiving, processing and responding to all incoming communications and initiating/directing established or real-time responses to routine operational and emergency fire, police, medical, RADCON, HAZMAT and aviation situations; security education and awareness training to include preparation of technical and administrative documents and materials for anti-terrorism, fire protection, crime prevention, Security Force training, physical security training, nuclear fuel and defuel response, arms and ammunition and other security training; physical security to include development of physical security plans for facility and building control and protection; personnel security support to include security clearance, initiating background investigations and providing records and administrative support; information security support to include security assistance in the identification and protection of classified information, sensitive technology including document control administration; and technical security support to include associated processes, i.e., risk assessments, and support of the facilities design function. This description is not intended to be all inclusive but rather to provide an overview of the variety of services required to support the Mission of the Commander, Navy Region Northwest. Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76. It is the Government's intention to issue this solicitation exclusively through the Internet at http://www.esol.navfac.navy.mil. The Request for Proposal (RFP) will be available on the Navy's e-solicitation website. A Virtual library website will be available on website http://www.cnrnw.navy.mil/Strategic%20Sourcing/Public%20Safety.htm. The solicitation will be provided for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/. Future information on this notice will be posted on the web site http://esol.navfac.navy.mil/ for downloading. This will be the only method of distributing the solicitation. It is the offeror's responsibility to check the web site periodically for any amendments and notices to this solicitation. The official plan holders list will be maintained and can be printed from the web site. All prospective offerors and plan centers are encouraged to register as plan holders on the web site. Plan holders lists will not be faxed and will only be available from the web site. At this time it is expected that any resultant contract will have a performance period which includes a base year and four option years. The contract type is expected to be a firm fixed-price contract. This will be a negotiated source selection procurement which will consist of the submission of price and technical proposals. The NAICS for this procurement is 561612 with a size standard of $9M. All responsible small business sources may submit an offer. For information on the small business classifications definitions refer to the Small Business Administration websites www.sba.gov and http://pro-net.sba.gov/.
- Web Link
- Naval Facilities Engineer Command -- E-Solicitations (http://www.esol.navfac.navy.mil)
- Record
- Loren Data Corp. 20010801/RSOL011.HTM (W-211 SN50T4E6)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on July 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|