The RFP Database
New business relationships start here

Locksmith Services


Virginia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information (RFI)
The United States Department of State
Locksmith Services

1.    PURPOSE:
Sources Sought Notices (herein referred to as a Request for Information) are issued by the Department of State (DOS) when performing market research to determine industry interest and capabilities.

The Department of State is interested in the capabilities of industry (especially small business) to perform locksmith services. This is a Request for Information (RFI) announcement only. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract based solely on the submission of this Request for Information nor does it intend to pay for any costs incurred in response to this announcement. The Department of State reserves the right to terminate this request and change its requirements if needed. Responding to this Request for Information does not guarantee participation in future Department activities. Responses to the RFI will not be returned.
In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI will assist the DOS in determining the potential level of interest, competition adequacy, and technical capabilities of commercial industry to provide the required products and services. The Government does not guarantee any action beyond this RFI.



2.    BACKGROUND:
The Department of State's Bureau of Administration, (DOS/A), Director of Operations (A/OPR), Office of General Services Management (A/OPR/GSM) has the responsibility to provide for the installation, maintenance and repair of all locks and associated hardware for doors, vaults, safes, locking file cabinets, other security containers, and secure space under the jurisdiction of the Department. Within A/OPR/GSM, the Support Services Division (GSM/SS) administers the daily workload required to meet these responsibilities. Since neither the Support Services Division nor any other division of DOS employs locksmiths, all locksmith services within the Unites States must be performed by a locksmith contractor.
At this time, the Department is seeking sources capable of providing locksmith services.
Business Size: Preference for Small Business, but information is being requested from all capable sources


Facility Clearance Requirement: Top Secret Facility Clearance
Personnel Security Clearance Requirement: Top Secret
Required NAICS Code: 561622, Locksmiths


3.    Requirements:
The Contractor shall maintain, repair, adjust, replace and install an array of lock systems, hardware and equipment. Work shall include but not be limited to the following: installing, repairing and replacing lock sets, hinges and closers for doors, keys, key-operated locks, dial and push-button combination locks, bar-lock mechanisms, "panic" hardware, video-intercom systems (e.g. Aiphone), a stock of padlocks, electro-magnetic locks, electro-mechanical locks, remote releases, local alarm enunciators, intercom systems (including remote lock releases), access control keypads and ancillary and repair parts. The preceding must meet with current DS physical security standards and requirements.



In addition to services provided during duty hours, the Contractor shall provide locksmiths on call, available to respond to service requests and emergency needs during non-duty hours, Saturdays, Sundays and Holidays, providing locksmith services twenty-four (24) hours per day, seven (7) days a week for DOS facilities located in the greater Washington metropolitan area and throughout the United States and its territories.
The contractor shall provide material and equipment for completion of the locksmith services. Materials generally consist of locks, lock systems, keys and parts.
Local locksmith services performed under the firm fixed price for monthly service will be ordered and performed for the Harry S Truman building complex, the President's Guest House (Blair House), the National Foreign Affairs Training Center, and more than thirty-five State Annexes in the National Capitol Region, and any other DOS facility that falls within a 70 mile drive of the Capital Beltway (I495). Locksmith services performed under time and material pricing shall be performed for any DOS location outside of the greater Washington metropolitan area (70 mile drive from I495), and for any large projects (install


ation or other projects requiring 50 or more hours of locksmith direct labor).
See the attached performance Work Statement for the full requirements.


RESPONSE INSTRUCTIONS: RFI responses should conform to the format below and provide the following information:


Section 1 - Cover Letter. The cover letter shall include the following:
a.    Company information - Include company name, point of contact and contact information (name, address, phone number, website URL, if available, email address, and fax number), Cage Code, DUNS Number, and a short description of the company (history, experience in similar identity management systems, etc.), and any current Facility Clearance Level;
b.    Certifications - Include any certifications the company and/or its key personnel hold, such as Proficiency Registration Program (PRP) of the Associated Locksmiths of America (ALOA), certified dealer of Medeco lock systems, or locksmith certifications for Kaba-Mas.
c.    Current Security Clearance level (if any);
d.    Submit estimated range of costs for performing the services for a base and four option years;
e.    List GSA Schedules or GWACs available for use by Company and
f.    Small and Disadvantaged Business categorization(s) under NAICS Code 541611, if applicable.


Section 2 -Sample Service/Capability Statement. The purpose of this section is to provide information that will assist the State Department to decide how to contract for the required services. The Office of General Services Management (A/OPR/GSM) requires efficient and effective locksmith services, as indicated in the requirements detailed in the performance work statement (PWS). For each of the locksmith services provide a description of your corporate capabilities regarding the services. Additionally, describe your capability to handle a large number of work orders on day one of the contract.


Section 3 - Past Performance. Please briefly describe at least one and no more than three of your projects/contracts of similar size and scope. Describe where and how you have provided these services in the past. Within the page count described below, you may include as many examples as necessary to convey the breadth and depth of your corporate capabilities. Please include:
i)    Client organization and point(s) of contact
ii)    Brief description of the scope of the work and the results achieved
iii)    Contract and task order number
iv)    Dollar value of services provided
v)    Number of work orders performed per year
vi)    State whether your company was a prime or sub-contractor


Section 4 - Suggestions and Comments on Requirements. Please provide any comments or suggestions that you may have on improving the performance work statement, so that the requirements might be clearer, more efficient and more attractive to industry. If you have no comments or suggestions, please just state "none."


 


SUBMISSION INSTRUCTIONS: Responses to this RFI shall be limited to 2 letter-size pages, single-spaced, MS Word or PDF format, Times New Roman 12-point font. Text included in graphics, tables, and figures can be no smaller than 9 point. The cover page, cover letter, and table of contents, are not included in the total page count. The submissions shall be in sufficient detail and clarity to provide DOS with the information it needs to assess the capabilities of responding vendors. Please be advised that all submissions become Government property and will not be returned.


The Government will not entertain telephone calls or questions for this RFI.
Please provide an electronic version of your written response to: Glenn Thuman (acquisition consultant contractor) at thumanwg@state.gov, no later than April 26, 2019. No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. Please identify sources sought/RFI number in your email subject line.


William Thuman, Senior Acquisition Consultant, Phone (703) 875-6992, Email ThumanWG@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP