This is a Source Sought Synopsis forAlarm Systems and Critical Assets
Monitoring Support.
REFERENCE NUMBER: N65236-09-R-
0054 (Please provide this reference
number in response to market survey)
NOTES:
No. 1: This sources sought synopsis is
issued for the purpose of determining
Small Business capabilities. Small
Business firms having the capabilities
to perform the taskings listed below
are encouraged to reply to this
synopsis.
The Space and Naval Warfare Systems
Center (SPAWARSYSCEN) Atlantic is
soliciting information from potential
sources to provide alarm systems and
critical assets monitoring in support of
the SPAWAR Security Department
(Code 833), in the following areas:
a. System Alarm
Monitoring and Reporting
b. Command Wide
Security Systems Monitoring
c. Security
Assistance
d. Buildings
Systems Monitoring
e. Valid Badge
Verification: NOLA Complex/Bldg 198,
3147 & ESF
f. Management
Tasks
g. Emergencies
and Safeguarding of Critical Assets
The following is a list of potential
taskings. The percentages listed next
to the individual taskings are the
estimated amount of effort that will be
required on any potential contract for
this effort. You are requested to
provide the percentage of work your
company can perform against each
task listed next to the taskings for
evaluation along with documentation to
support this claim. Do not include any
documentation or percentages for any
company other than your own. This is
an analysis of your companys abilities
and what it can or cannot perform.
The contractor will be tasked to
accomplish the work as specified in the
Statement of Work. Divided into the
following tasks, the services shall be
performed either singly or in
combination as specified in accordance
with individual task orders. The
following table reflects the
governments best estimate as to the
future work requirements:
3.1 System Alarm Monitoring
and Reporting 20%
3.2 Command Wide Security
Systems Monitoring 20%
3.3 Security Assistance 10%
3.4 Buildings Systems
Monitoring 5%
3.5 Valid Badge Verification:
NOLA Complex/Bldg 198, 3147 & ESF
20%
3.6 Management Tasks 2.5%
3.7 Emergencies and
Safeguarding of Critical Assets 20%
3.8 Program Management 2.5%
A copy of the draft SOW is posted at
the SPAWARSYSCEN Atlantic E-
Commerce Business Opportunity
webpage. This notice is for planning
purposes only. It is anticipated that a
solicitation will be issued for an fixed
price commercial type contract. The
estimated contract value for this
procurement is $10.0M. Firms are
invited to submit the appropriate
documentation as described below in
paragraph 9 in addition to any
literature, brochures, and references
necessary to support that they possess
the required capabilities necessary to
meet or exceed the stated
requirements. There is a page limit of
fifteen (15) on data submitted (See
Summary of Work table under
paragraph 9).
Responses shall be submitted to
SPAWARSYSCEN Charleston, Code
2254CC, via e-mail to
[email protected].
Responses must include the following
items addressed in (1) through (10):
(1) name and address of firm;
(2) size of business, including:
average annual revenue for past three
years and number of employees;
(3) ownership, indicating whether:
Large, Small, Small Disadvantaged, 8
(a), Women-owned, HUBZone, and/or
Veteran-Owned Business;
(4) number of years in business;
(5) two points of contact, including:
name, title, phone, fax, and e-mail
address;
(6) DUNS Number (if available);
(7) affiliate information, including
parent corporation, joint venture
partners, potential teaming partners,
prime contractor (if potential sub) or
subcontractors (if potential prime);
(8) the percentage of work your
company can perform with respect to
the stated requirements (do not
include any documentation or
percentages for any company other
than your own. This is an analysis of
your companys abilities and what it
can or cannot perform);
(9) a list of customers for relevant work
performed during the past five years
which includes:
contract numbers
contract type
dollar value for each
contract referenced
how this work demonstrates
capability to perform percentages
stated in number eight
customer point of contact
with phone number (this information is
required to verify offerors
performance; the government may
contact any reference for further
validation.)
a summary of work
performed (see Summary of Work
table below for instructions),
Summary of Work Table
The purpose of this market survey is to
determine the capabilities of small
business industry partners.
Respondents shall summarize the work
they have performed relevant to this
requirement by demonstrating their
experience/capabilities as follows:
SOW Paragraph
Tasking
Page Limit
3.0.1 System Alarm Monitoring
and Reporting
Discuss experience relevant to SOW
and specifically discuss:
- operating and monitoring the
electronic security systems and closed
circuit television.
- performing analysis and assessment
of the alerts from the Security System.
- training new hires to ensure
individuals are trained and qualified to
perform duties of an Alarm Monitor,
Gate Monitor, or Monitor Rover. 2
Pages
3.0.2 Command Wide Security
Systems Monitoring
Discuss experience relevant to SOW
and specifically discuss:
- experience with conducting site
security checks on critical assets and
sensitive compartmented information
facility zones such as open storage
classified areas, communication
security facilities. 2 Pages
3.0.3 Security Assistance
Discuss experience relevant to SOW
and:
Expertise in responding to
requests for assistance from the Code
Blue Security Camera Stations in the
parking lots of Bldg 3147 in
Charleston. 1 Page
3.0.4 Buildings Systems
Monitoring
Discuss experience relevant to SOW
1 Page
3.0.5 Valid Badge Verification:
NOLA Complex/Bldg 198, 3147, and
ESF
Discuss experience relevant to SOW
1 Page
3.0.6 Management Tasks
Discuss experience relevant to SOW
1 Page
3.0.7 Emergencies and
Safeguarding of Critical Assets
Discuss experience relevant to SOW
1 Page
(10) Affirmation that your company
complies with industry standards
including the areas of physical and
medical training.
NOTE: Teaming partnerships and joint
ventures envisioned under FAR 52.219-
27 (c) and (d) for Service-Disabled
Veteran Owned Small Businesses, and
FAR 52.219-3 (c) and (d) for HUBZone
Businesses established to meet the
provisions of FAR 52.219-
14 Limitations on Subcontracting
should provide the information
requested in items 1 through 7 above,
on each of the teaming partners.
NOTE REGARDING SYNOPSIS: This
synopsis is for information and
planning purposes ONLY and is not to
be construed as a commitment by the
Government. 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. Respondents will
not be notified of the results of the
evaluation. Based on the analysis of
the responses hereto, the Government
reserves the right to consider a set-
aside for one of the small business
preference groups (i.e. 8(a), SDB, SDV,
etc.).
The applicable NAICS code is 561621
with a size standard of $12.5 million.
The Closing Time for responses is 2:00
pm Eastern Daylight Savings Time.
The Closing Date for responses is 7
May 2009.
Bid Protests Not Available