News

Sources Sought for Physical Security Study (Service)

Type of document: Contract Notice
Country: United States

Sources Sought for Physical Security Study (Service)

Agency:
Department of the Army

Official Address:
2800 POWDER MILL RD ADELPHI MD 20783-1197

Zip Code:
20783-1197

Contact:
Rebecca B. Patterson, Contract Specialist, Phone 301-394-5351, Email rebecca.b.patterson.civ@mail.mil

Link:

Date Posted:
11/07/2017

Classification:
B

Contract Description:
(1) Action Code : SOURCES SOUGHT

This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation.
The purpose of this Sources Sought Notice 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 (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate.

(2) Date : 11 JULY 2017

(3) Classification Code : B5

(4) NAICS Code: 541690
 
(5) NAICS Size Standard: $15.0M

(6) Contracting Office Address:
2800 Powder Mill Road
Bldg. 601
Adelphi, Maryland 20783

(7) Subject: Sources Sought for Physical Security Study (Service)

(8) Proposed Solicitation Number: W911QX-17-T-0131

(9) Sources Sought Closing Response Date: 18 JULY 2017

(10) Contact Point: Rebecca Patterson, Contract Specialist, rebecca.b.patterson.civ@mail.mil

(11)

A. Objective:

To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in the below Performance Work Statement (PWS) are subject to change prior to the release of any solicitation.

B. Performance Work Statement (PWS)

C.1 SCOPE
The Army Research Laboratory (ARL) Laboratory Operations (LABOPS) directorate requires a physical security study and risk assessment be conducted at Aberdeen Proving Ground (APG), Aberdeen, MD, in order to assess security risks from internal or external threats, and to identify the need for security counter measures. The intent of this contract is to obtain an action plan, based off of findings, to identify steps that could be taken to improve overall security at ARL Open Campus. The ARL has embarked on a new program to augment and enhance its world class laboratory research and development programs through more research collaboration with universities and industry. This collaborative effort started at the Adelphi Laboratory Center (ALC), Adelphi, MD and is expanding to APG. This study will provide suggested solutions for security measures for ARL to continue its collaborative efforts.

C.2 BACKGROUND
The Contractor shall provide physical security professional engineering and planning services for a comprehensive physical security study of access to APG areas from each boundary entry point, as well as the cantonment area at APG. This study is being conducted in order to provide an assessment of vulnerabilities, as well as to identify potential mitigations to provide greater physical security and anti-terrorism protective measures to soldiers, family members, and civilians who live and work on the installation.

C.3 REQUIREMENTS

C.3.1 The Contractor shall furnish all labor and materials necessary to accomplish the following:

C.3.1.2 Collect all necessary data; effect all coordination with the Army Research Laboratory, Garrison and the Directorate of Public Works (DPW); and perform a complete physical security engineering analysis to determine the feasibility and measure security performance to support management decision for APG cantonment area.

C.3.2 The Contractor shall collect all necessary data to characterize, synthesize and analyze current APG physical security methods and measures.

C.3.2.1 Characterize
The Contractor shall characterize security goals to include the link to a threat and asset, the link to business goals, and clearly measure performance. The Contractor shall characterize the site layout to include infrastructure, security layers, and evaluation/terrain. The Contractor shall characterize response force to include patrol and response, concept of operations, and capabilities and training.

C.3.2.2 Synthesize
The Contractor shall evaluate scenarios varying in security configurations and facility operations, and automatically simulate an incident with numerous threat profiles.

C.3.2.3 Analyze
The Contractor shall conduct cost/benefits analysis. The Contractor shall provide visuals of attack paths, intensity maps and shots. The Contractor shall conduct detection, interruption and neutralization analysis. The Contractor shall provide recommendations to increase percentage effective (P (e)), add defensive measures/positions, earlier detection, and increase target delay and response.

C.3.3 Specific Instructions
In accordance with the guidance contained herein, the Contractor shall prepare a complete physical security study with adequate text, illustrations, and data to support a recommended program of physical security improvements.

C.4 CONTRACT DELIVERABLES

C.4.1 Initial Kick-off Meeting

C.4.1.1 An initial kick-off meeting for the physical security study shall be held at APG, Aberdeen, MD NLT two (2) weeks after contract award. The Contractor shall provide a preliminary schedule for the physical security study at the initial kick-off meeting.

C.4.2 Reports

C.4.2.1 The Contractor shall submit bi-weekly progress reports to the COR, in accordance with the Form DD 1423.

C.4.2.2 The Contractor shall submit twelve (12) copies of a draft report NLT six (6) weeks after the initial kick-off meeting. This submittal shall include the proposed outline structure for the overall report, the documentation of basic data collected, and proposed concept of system improvements required to enhance the physical security at ARL Open Campus.

C.4.2.3 The Contractor shall submit twenty (20) copies of the final report of the concept study, incorporating all previous applicable review comments, to the Contracting OfficerтАЩs Representative (COR) NLT ten (10) weeks after the initial kick-off meeting. The final report of the concept study shall contain the below minimum data that clearly presents all information and analyses in support of recommendations for present and future operating needs:

тАв Local Threat, Design Basis Threat (DBT)
тАв Observations, discussion and recommendations
тАв CARVER target analysis methodology
тАв Target CARVER analysis of data
тАв Defined threat scenarios
тАв Automated vulnerabilities evaluation for risk of terrorism
тАв Costs of all recommended improvements
тАв Recommended priority of implementation listing classified by immediate and long range phased implementation.

C.4.2.4 General Instructions
The final report of the concept study shall be compiled, printed, and assembled into a booklet, using 11тА│ x 17тА│ pages and spiral binders. The exact format will be determined through coordination with the COR. The final report shall include all text, tables, photos and drawings necessary to clearly depict any concepts developed as a result this study. If necessary for clarity, drawings may be on double sheet foldouts. Full size reproducible of all drawings shall also be provided as part of the final submittal. Maximum use shall be made of photographs and drawings. Compact disks of the final study report shall also be provided with the individual files of various formats saved into one .pdf file. Compact disks used to produce the studies/reports and the origin-destination study are the property of the Government and shall be furnished by the Contractor upon acceptance of the final submittal of work.

C.5 ANTI-TERRORISM OPERATIONAL SECURITY (AT/OPSEC) REQUIREMENTS

C.5.1 Access and general protection/security policy and procedures
Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.

C.5.2 Access to a DoD facility or installation (Contractors that do not require CAC)
Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

C.6 DISTRIBUTION STATEMENTS
C.6.1 Determination of Contact submission documents
Distribution Statement A: Approved for public release; Distribution is unlimited.

C.6.2 Determination of information generated from the performance of the contract
Distribution Statement C: Distribution authorized to U.S. Government Agencies and their contractors (Operations Security) (01 February 2017). Other requests for this document shall be referred to (RDRL-LOE-I).

C. Responses:

All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include:

(I) To what extent each of the specifications can be met.

(II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $15.0M standard that accompanies NAICS code 541690. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.].

(III) Past experience/ performance through the description of completed projects.

(12) Responses to this sources sought are due no later than 10:00AM eastern standard time on 18 JULY 2017. Submissions should be emailed to Rebecca Patterson, rebecca.b.patterson.civ@mail.mil. Mailed submissions can be sent to the address in block 7, ATTN: Rebecca Patterson.

Questions concerning this sources sought may be directed Rebecca Patterson, rebecca.b.patterson.civ@mail.mil or 301-394-5351. Please be advised that .zip and .exe files cannot be accepted.

(13) Place of Contract Performance: Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Aberdeen, MD

(14) Estimated Delivery Timeframe or Period of Performance: Period of Performance (PoP) is 2.5 Months.

Response Date:
071817

Sol Number:
W911QX-17-T-0131

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy