Georgia Bids > Bid Detail

Security Support Services

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159368474775831
Posted Date: Mar 11, 2024
Due Date: Mar 25, 2024
Source: https://sam.gov/opp/7a3cbf41f4...
Follow
Security Support Services
Active
Contract Opportunity
Notice ID
W91249-0012084423
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FT EISENHOWER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 11, 2024 02:23 pm EDT
  • Original Response Date: Mar 25, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Fort Eisenhower , GA 30905
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure the service to provide Security Support Services for the Cyber Center of Excellence (CCoE), Fort Eisenhower Georgia on a small business 8(a) set-aside basis. The positions will provide “day-to-day” security support to the G2. This will be accomplished through active and integrated security operations, processes, mechanisms and performed under the direction of Government security administrator. We encourage all small business concerns, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 561612 – Security Guards and Patrol Services, Size Standard $29.0 M dollars.





The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing multi-disciplinary security support, including aspects of information security, personnel security, operations security, industrial security, physical security, communications security and anti-terrorism/force protection duties, while also being responsive and flexible to dynamic security situations as defined in this Performance Work Statement (PWS) and applicable regulations except for those items specified as Government furnished property and services.





In response to this source sought, including any capability statement, shall be electronically submitted no later than 03:00 PM EST, Monday, 25 March 2024, to the Contract Specialist/ Officer, Shecoriya Byrd/ Ashley Scott, in either Microsoft Word or Portable Document Format (PDF), via email shecoriya.r.byrd.civ@army.mil / ashley.t.scott3.civ@army.mil please provide:





1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. If the company has a GSA Schedule provide the schedule number.





2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





3. Identify what percentage of work will be performed by the prime contractor and all similarly situated entity subcontractors.





4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors.





5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.





6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.





8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Small Business Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 29718 419 B STREET
  • FORT EISENHOWER , GA 30905-5719
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >