The RFP Database
New business relationships start here

Security Support Services for the Office of the Associate Under Secretary for E


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

The U.S. Department of Energy (DOE), National Energy Technology Laboratory (NETL), is conducting market research to identify contractors capable of providing security support services for the Office of the Associate Under Secretary for Environment, Health, Safety, and Security (AU). AU is comprised of the Office of Health and Safety, the Office of Headquarters Security Operations, Office of Corporate Security, and the Office of Security. AU has a broad range of responsibilities in the areas of security policy, security-related technical support, security training, operation of certain facilities, and emergency management.

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY

THIS IS A SOURCES SOUGHT SYNOPSIS for information and planning purposes and is not to be construed as a commitment by the Government. This Sources Sought Notice is released pursuant to FAR Part 10 Market Research and is issued for the purpose of identifying available sources (interested entities) capable of performing the requirement. This is not a solicitation announcement for proposals and NO CONTRACT will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The information gathered from this sources sought notice will be utilized in the Government's determination on contract and business type utilized in the solicitation.

The North American Industrial Classification System (NAICS) code for this effort is 561612 with a small business size standard of $20.5M. The NAICS is provided for use by businesses in determining their appropriate business size in response to this sources sought notice. For further information on business size definitions please refer to the Small Business Administration's web site at: https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf


PURPOSE: The purpose of this Sources Sought Notice is to solicit input and gauge interest among those parties experienced in Security Support Services for the Department of Energy Headquarters facilities.

The anticipated magnitude of this effort is estimated to be $30 Million or more per year for the necessary services to be provided. Interested entities would be required to provide all necessary personnel, materials, training, and other services required to provide physical security services support for the below listed DOE Headquarters facilities and operating locations:

James Forrestal Building
1000 Independence Avenue, SW
Washington, DC 20585

The work population of the Forrestal facility provides office space for approximately 4300 personnel. This includes DOE employees and supporting personnel from the General Services Administration (GSA), General Accounting Office (GAO), and US military personnel as well as DOE contractor employees.

Portals III
1201 Maryland Avenue, SW
Washington, DC 20024

The Portals III facility leases portions of two floors to the National Nuclear Security Administration (NNSA) Office of Defense Nuclear Nonproliferation which has a work population of approximately 250 NNSA personnel and contractor employees.

DOE Germantown Building
19901 Germantown Road
Germantown, MD 20874

The Germantown facility is comprised of several buildings located on 98.6 acres of restricted access land. The work population includes approximately 1,900 DOE employees and contractor employees.

Additional facilities include:

Forrestal Child Development Center
1000 Independence Avenue, SW
Washington, DC 20585

Germantown Child Development Center
19901 Germantown Road
Germantown, MD 20874


OBJECTIVES: This requirement includes providing physical security services (armed, unarmed, and K-9) for all areas identified. The mission of the protective force contractor is the physical protection of critical security interests to include Classified and Sensitive Information, Property, Classified and Unclassified Facilities and personnel. A successful entity would be required to provide trained armed, unarmed, and K-9 security personnel to fulfill the functions of the Performance Work Statement (PWS). The primary functions required for an effort of this nature will include, but not limited to the following:

b" Armed, unarmed, and K-9 security services; patrols; entry(ies) control; badging; various post assignments; and reception service(s). This will include approximately 200 full time employees manning approximately 85 posts.

b" Providing competent, trained, uniformed security and K9 officers who meet the standards for providing private guard services in the applicable locality as listed above.

b" Contract management, supervision, manpower (technically trained personnel to provide routine and emergency site security services protection and support services), training, screening, equipment, supplies, licenses, permits, certifications, insurance, pre-employment screenings, reports, files, and any other resources necessary to satisfactorily perform the requirements of this effort. All work performed must satisfy the requirements of all laws, regulations, DOE orders, directives, and guidelines.

b" Provide security services twenty-four (24) hours per day, seven (7) days per week, and 365 days per year (24/7/365). The level of effort will be determined by the specific Security Condition (SECON) level the DOE is under at any time as well as response to short-term events such as other unforeseen non-emergency or emergency situations.

b" Responsible for conducting adequate background checks to ensure that personnel hired are capable of obtaining and maintaining an bLb security clearance with the exception of key Personnel who will be required to obtain and maintain a bQb clearance. The Contractor shall provide trained and qualified Basic Security Police Officer personnel to support all identified locations.

b" Company must be capable of obtaining and maintaining a Foreign Ownership, Control or Influence (FOCI) Facility Clearance and Contract Security Classification Specification (CSCS) clearance.

b" Training shall be provided per the National Training Center certification guidelines, 10 CFR 1046, SPO I (as applicable), and all applicable DOE requirements.

b" Providing Canine Explosive Detection Services (CEDS) at the Forestall and Germantown locations with on-call capabilities. Adequate care and transportation shall be provided meeting all applicable state laws. Canines shall be trained and certified by the DOE Canine Performance Testing Protocol Standard, DOE-STF-1225-2017. Explosive Detector Dog teams may also be trained and qualified consistent with the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) National Odor Recognition Testing Standard (NORT).

The information gathered from this sources sought notice will be used by the Government in determining the appropriate type of contract (expected to be predominately fixed-price), period of performance, set-side requirements, and used to refine the requirements for these services. NETL anticipates that a successor entity would provide the core competencies led by experienced key personnel backed by a corporate structure experienced in providing these type of physical security services.


EXPRESSION OF INTEREST/CAPABILITY STATEMENT:

With specific emphasis placed on the area of support described in the above sections, interested organizations are requested to provide a capability statement (brief discussion) that does not exceed 20 pages in total (including cover page) and no smaller than 11-point font with sufficient details to provide concise responses to the following information:

1. A cover page (no longer than one page) which provides the following information: The entities name, address, phone number, email address of point of contact, DUNS number, CAGE code (if applicable), business size (as described above and in accordance with the SBA size standards), type of ownership for the organization, how long your company has provided these types of services, and a statement as to whether your company already has a Facility Clearance (FOCI) from the Defense Security Service (DSS).

2. Describe your organizationbs abilities in performing the elements as described above. The description should address specific information to clearly identify the organizations capability to support claims of organizational and staffing capability. Identify at least 3 customers from the past 5-years and a brief description of the work performed for each customer. Responses should clearly describe previous work that would articulate that protective services (armed, unarmed, and K-9) were preformed on a similar scale to what is described above. Provide the contract number, point of contact, telephone number and email address for each referenced contract.

3. Outline your organizationbs capabilities to provide physical security services for organizations with geographically dispersed sites (multiple locations as described above).

4. Identify any performance challenges and potential risks in meeting the requirements as described above and how your organization minimizes any risks in order to satisfactorily perform requirements similar to those described in this notice.

5. Describe your organizationbs ability to manage a contract of this complexity as well as work with staff covered by a mixture of Collective Bargaining Agreement and the Service Contract Act. Include experience working with Unions and CBAbs.

6. Describe your organizationbs ability to assume the financial responsibilities associated with receiving a contract of this projected dollar amount. Specifically, discuss the assurance that resources are available to meet payroll, subcontracting, and material obligations at this magnitude. Please do not provide financial statements as part of your response; it should be limited to discussion of the rationale.

7. Describe your organizationbs ability to ensure a seamless contract transition. Provide any past experiences with contract transition of this size and nature.

8. Identify your organizationbs ability to recruit and maintain adequately trained and cleared staffing levels accounting for circumstances such as attrition, employee leave, out-of-service training, unforeseen nonemergency and emergency events, temporary additional services, increased SECON levels, and/or Continuity of Operations (COOP) activations. Include information on how your organization screen personnel to meet suitability and clearance requirements (e.g. how you ensure that your organization conducts background checks to ensure that employee candidates can obtain and maintain appropriate clearance levels).

9. Outline how your organization ensures all posts are staffed during normal operations (account for leave, training, unexpected absences, and when increased SECON levels are implemented). Describe how employee training will be handled so as not to adversely affect post requirements.

10. Describe your organizations experience with hybrid type contract (i.e. fixed price and cost reimbursable line items or fixed price and time/material line items) and outline how your organization would minimize any risks of a hybrid type contract to ensure successful performance.

11. If subcontracting is anticipated, describe your organizationbs experience in successfully managing subcontracts. Include a detailed description of how your organization guarantees the performance and participation of the potential subcontractor, including a description of the type and expected levels of subcontracting (magnitude) as well as the type of work that a subcontractor may perform for your organization.

12. Include your business size as it relates to the above stated NAICS code and size standard information listed. Specify the small business classification: small business, small disadvantaged business, woman owned, veteran owned, disabled veteran owned, 8(a) or HUB Zone. (Note: If a teaming arrangement is proposed, your business size should be considered large unless you have obtained written SBA approval for your team to be considered in another size category.)

13. If your organization holds a GSA (or other) schedule for performing these type services, please include the GSA contract number and the schedule number to which it was issued.


DISCLAIMERS AND INFORMATION: DOE reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner DOE determines appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party must submit such information, the information must be clearly marked accordingly, and the interested party must provide sufficient justification as to why such information is classified, business confidential, and/or proprietary.

All interested parties responding to this sources sought notice must submit their responses no later than 4:00 PM Eastern Daylight Time on November 22, 2019 through the FedConnect Portal. For consistency purposes, responses are to be submitted electronically in either MS Word (.doc or .docx) or Adobe Acrobat (.pdf) format using a minimum of 11-point font and allowing for 1-inch margins no more than 20 pages in length. Sources sought responses may be attached to a notification in the Message Center portion of FedConnect. Information regarding how to submit information via FedConnect can be found at https://www.fedconnect.net. DOE personnel may contact firms responding to this announcement to clarify a responderbs capabilities, discuss potential contractual mechanisms, or obtain other information as part of this market research process.

Please note that FedConnect is owned and operated by Compusearch Software Systems, Inc., not by the Department of Energy and therefore the Government does not provide help desk assistance for FedConnect. For assistance with FedConnect, please contact the FedConnect helpdesk directly:
By email: support@FedConnect.net. By phone: 1-800-899-6665 (8:00 a.m. to 8:00 p.m. Eastern Daylight
Time, except Federal Holidays).

You are strongly encouraged to submit your Expression of Interest/Capability Statement in response to this Sources Sought Notice at least 24 hours before the specified due date in order to have time to resolve any transmission problems.

As previously indicated, this is NOT a solicitation, therefore, no cost or pricing information should be provided. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the entitybs expression of interest and capabilities statement (as identified above) along with their respective business size based upon the list provided. It is not mandatory for an offeror to respond to this sources sought notice in order to be eligible for proposing on a subsequent solicitation when/if issued.

Kirchoff, Erin M.

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP