The RFP Database
New business relationships start here

NFATC Perimeter Security Upgrade Project


District Of Columbia, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Agency/Office: Public Buildings Service
Location: Capital Construction Division (WPH1CC)

Set Aside: Total Small Business


NAICS Code: Construction of Buildings - 236220 - Commercial and Institutional Building Construction
TITLE: Sources Sought Notice for the NFATC Perimeter Security Upgrade Project


DESCRIPTION: Market Research (SMALL BUSINESS CONCERNS ONLY): NFATC Perimeter Security Upgrade Construction Project located in Arlington, VA


This notice is a Sources Sought Synopsis announcement only; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.


This notice is request for information/market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Small Disadvantaged, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate.


ONLY PRIME CONTRACTORS WITH A SECRET FACILITY CLEARANCE AND SECRET SAFEGUARDING MAY VIEW THE CONSTRUCTION DOCUMENTS OR BID ON THE PROJECT. CONTRACTOR EMPLOYEES WORKING IN SPECIFIC TRADES REQUIRE FINAL SECRET PERSONAL CLEARANCES. CONSULT THE PROJECT'S SPECIFIC DS 01541 "SECURITY SPECIFICATIONS - FSI PERIMETER SECURITY UPGRADE" FOR A LIST OF TRADES REQUIRING FINAL SECRET. DIPLOMATIC SECURITY WILL VERIFY THE FACILITY AND PERSONAL SECURITY CLEARANCES.


The General Service Administration is anticipating procuring for the NFATC Perimeter Security Upgrade Construction Project located in Arlington, VA. The Foreign Service Institute (FSI) is the State Department's main training campus for civil and foreign service employees. It's located in Arlington County, VA on what used to be an Army installation. The campus requires substantial physical security enhancements to all of the entrances, and overall perimeter fence. Diplomatic Security commissioned a project to protect the campus from vehicle borne threats. The campus will be operational year round. The work needs to be phased and scheduled in a way that minimizes disruption to the utmost extent possible.


This is a statement of work for a construction contract. Work shall be performed in accordance with the project construction documents and other associated contract documents. The scope of this project is to construct the physical security features per the construction documents. Construction activities include procurement and installation of: ballistic rated guard booths, active vehicle barricades (with associated actuators), substantial underground electrical conduit and wiring installation, control circuits and conduits, two way communication, electronic security equipment installation, perimeter fence replacement, fire protection, some HAZMAT abatement, architectural work, replacement of security command center consoles, CCTV monitors, access control devices, security equipment room expansion, substantial civil work, demolition and landscaping. The construction project will take place at multiple locations on the FSI Campus.


This project will include a phasing plan in the cost proposal, based on the construction documents. The phasing plan shall discuss strategies to mitigate disruption to the campus. The campus will need to remain fully operational throughout construction. FSI classes take place year round, and the campus security command center operates continuously. This necessitates measures that will allow all functions to remain operational to the maximum extent possible.


The eligible firm will be required to provide all management, supervision, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective performance of all operation and mechanical maintenance services.


The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction; which has a small business size standard of $36.5 Million in average annual receipts over the past three (3) years. The Sources Sought encourages maximum participation of the interested Small Business concerns.


Cost range between $7 million to $8 million.


This request for information/market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. Requests for a solicitation will not receive a response.


If you are an interested firm, please provide a Written Letter of Interest, company brochure or literature (if available), and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. (Maximum 10 pages):


1.     Is your firm a Small Business? If yes, please acknowledge all socio-economic indicators that apply:
• SB -Small business concerns
• 8(a) -SBA Certified 8(a) Participant
• SOB -Small business concerns owned and operated by socially and economically
• Disadvantaged individuals
• WOSB -Small business concerns owned and controlled by women
• HubZone -Qualified HUBZone small business concerns
• SDVOSB -Small business concerns owned and controlled by service-disabled Veterans
• VOSB -Small business concerns owned and controlled by veterans (Non Service-disabled)


2.     Does your firm contain a secret facility clearance?
• If yes, please provide three projects (description, dollar value, completion date) and references for each project.
• Providing recent (within the past five years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts and points of contact with telephone numbers where the responder performed the relevant work.


3.    The Written Letter of Interest must contain the following elements, at a minimum:
a. Name and address of company (inclusive of phone and fax numbers);
b. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information;
c. Tax Identification Number, Dunn & Bradstreet No.;
d. NAICS code(s) under which company operates;



The Government will review each response and will use the information it receives in response to this source sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. A determination not to compete a proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only.


Please note: All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management database at www.sam.gov prior to award of a contract.


Email only - Email Subject Line must read as follows: Solicitation # 47PM0319R0014 - NFATC Perimeter Security Upgrade Construction Project located in Arlington, VA.


RFI's regarding this notice will not be entertained.
Submit responses to this notice to the Contracting Officer, Mrs. Tammy Arevalo at Tammy.Arevalo@gsa.gov and Contract Specialist, Mrs. Tracy Parker at tracy.parker@gsa.gov by 2:00pm EST on November 18, 2019.
Expressions of interests received after this date and time will not be reviewed.


 


Tracy T. Parker, Contract Specialist, Phone 2022571686, Email Tracy.Parker@gsa.gov - Tammy Arevalo, Contracting Officer, Phone 202-690-9242, Fax 202-260-7650, Email tammy.arevalo@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP