News

Sources Sought for Security Gates Maintenance and Repair

Type of document: Contract Notice
Country: United States

Sources Sought for Security Gates Maintenance and Repair

Agency:
Department of the Army

Official Address:
2800 Powder Mill Road
Building 601 Adelphi MD 20783-1197

Zip Code:
20783-1197

Contact:
Christine Chase, Phone 3013944012, Email christine.m.chase10.civ@mail.mil

Link:

Date Posted:
11/04/2018

Classification:
J

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 April 2018
(3) Classification Code : J0
(4) NAICS Code: 238210
(5) NAICS Size Standard: $15 Million
(6) Contracting Office Address: 2800 Powder Mill Road
Bldg. 601
Adelphi, Maryland 20783
(7) Subject: Sources Sought for Security Gates Maintenance and Repair
(8) Proposed Solicitation Number: W911QX-18-Q-0002
(9) Sources Sought Closing Response Date: Five (5) days after posting
(10) Contact Point: Christine Chase, Contract Specialist, Christine.m.chase10.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 section C are subject to change prior to the release of any solicitation.

B. Performance Work Statement

Performance Work Statement
Security Gates Maintenance and Repair
26 March 2018

C.1 BACKGROUND:
The U.S. Army Research Laboratory (ARL) is a Government laboratory that conducts scientific, technical, and analytical research to provide innovative solutions for the current and future Army. The laboratoryтАЩs diverse assortment of unique facilities and dedicated workforce provides world-class integrated research and analysis in the Army. As a Government research laboratory, ARL is responsible for basic, exploratory, and advanced research. Its mission is to create and sustain weapons-oriented basic, exploratory, and advanced technologies, to identify and eliminate technological barriers limiting development of future armament systems, and to establish and maintain expertise essential in solving technological problems in current military armament systems.

C.2 SCOPE:
The Security and Counterintelligence Team at the ARL, Aberdeen Proving Grounds (APG) has a requirement for maintance and repair services for current Government owned security gates for the duration of one (1) year with two (2) one (1) year options at the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD security gates. These six (6) gates are identified as follows:

i. Spesutie Island
ii. Gate 7 (Building 328)
iii. Back gate to the ARL Compound (near B-390)
iv. Locust Point Scrap Yard Gate
v. Building-4600 Front Gate
vi. Building-4600 Rear Gate

ARL gate systems include the following:

i. Spesutie Island тАУ Dual barrier arm motors with Dual High security operators (hydro)
ii. Gate 7 (Building 328) тАУ Dual barrier arms motors with Dual Liftmaster operators (chain driven)
vii. Back gate to the ARL Compound (near B-390) тАУ Liftmaster (chain driven)
iii. Locust point yard gates Liftmaster (chain driven)
iv. Building 4600 Front тАУ Liftmaster (chain driven)
v. Building 4600 Rear (main entry gate) тАУ single barrier arm motor with high security operator (hydro)

The service to be provided shall be performed on an as-needed Time and Materials and Firm Fixed Price basis not to exceed $50,000.00 per year as detailed below.

C.3 REQIREMENTS:

C.3.1 CONTRACT LINE ITEM NUMBER (CLIN) 0001 тАУ BASE YEAR SERVICE CALL LABOR
The Contractor shall furnish qualified personnel to perform all tasks associated with this Performance Work Statement (PWS). The Contractor shall perform the following effort for twelve (12) months in accordance with CLIN 0001:

C.3.1.1 The Contractor shall perform on-call repair services at the ARL, APG Maryland facility for the aforementioned security gates.

C.3.1.2 The Contractor shall provide personnel possessing the skills, knowledge, and training to successfully perform maintenance and repair services of the ARL security gates. The Contractor shall provide the necessary expertise, parts, and supplies for the maintenance and repair services of the ARL security gates. All Contractor personnel performing said services shall be trained and qualified.

C.3.1.3 The Contractor shall be on call 24 hours a day for emergency responses to mission critical security issues. The Contractor shall respond to and process all emergency service calls within four (4) hours of receipt of calls. The Contractor shall respond to and process all routine calls within 24 hours of receipt of calls or the next business day.

C.3.1.4 The Contractor shall ensure the completion of repair or service does not exceed 24 contiguous clock hours from the time the Contractor receives the service request.

C.3.1.5 The Contractor shall maintain detailed, complete, and accurate accounting and service records. The Contractor shall ensure that each record, at a minimum, includes all incurred labor hours with the appropriate labor category, labor rate, and total labor cost in addition to a detailed list of all materials and associated material costs incurred during performance. Upon completion of each repair or service rendered, the Contractor shall submit a copy of the accounting and service records to the Contracting Officer (KO), Contracting OfficerтАЩs Representative (COR), and Contract Specialist of record. All hours of direct labor shall be supported by individual daily job or time records signed by the individual performing the services and by the COR.

C.3.2 CLIN 0002 BASE YEAR SERVICE CALL MATERIALS
The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the COR and approved by the KO prior to purchase.

C.3.3 CLIN 0003 BASE YEAR QUARTERLY MAINTENANCE тАУ (FIRM FIXED PRICE)
The Contractor shall perform quarterly maintenance services at the ARL, APG Maryland facility for the aforementioned security gates.

C.4 HOURS OF OPERATION:
The required security gates and maintenance services are considered essential. The Contractor shall be responsible for providing services between the hours 0630 -1700 EST Monday through Friday and on weekends at the approval of the COR. Hours of operation for emergencies shall be coordinated with the COR.

C.5 PLACE OF PERFORMANCE:
The work performed under this contract is located at the ARL, APG Maryland 21005.

C.6 SECURITY REQUIREMENTS:
Contractor personnel performing work on the APG premises shall be citizens of the United States, either native-born or naturalized. All Contractor technicians shall obtain an APG non-escort restricted area badge to access the premises.

C. 7 SAFETY CONSIDERATIONS:
The ContractorтАЩs safety policies shall fully comply with the provisions of Army, ARL, and OSHA regulations and directives to prevent accidents and preserve the life and health of Contractor and Government personnel. In cases where standards conflict, the most stringent requirement shall apply. In accordance with 29 CFR, Part 1904, AR 385-40, APGR 385-4, and ARL Memo 385-14, the Contractor shall report accidents resulting in injury, death, or damage to Government property, supplies, and equipment immediately. The Contractor shall comply with the provisions of AR 25-11 for requesting emergency assistance. The Contractor shall ensure that appropriate emergency labels are affixed to all Government and non-Government telephones.

C.8 Anti-Terrorism/Operational Security (AT/OPSEC):

C.8.1 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website:

C.8.2 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. 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.8.3 For contractors that do not require CAC, but require access to a DoD facility or installation. 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.8.4 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award.

C.8.5 For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1.

C.8.6 For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter

C.8.7 Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b.

C.9 OPTION YEARS:
C.9.1 CLIN 0004 тАУ OPTION YEAR 1, SERVICE CALL LABOR
The Contractor shall continue to execute the services detailed in section C.3.1 of this Performance Work Statement for one (1) additional year.

C.9.2 CLIN 0005- OPTION YEAR 1, SERVICE CALL MATERIALS
The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the COR and approved by the KO prior to purchase.

C.9.3 CLIN 0006 OPTION YEAR 1 QUARTERLY MAINTENANCE тАУ (FIRM FIXED PRICE)
The Contractor shall continue to execute the services detailed in section C.3.3 of this Performance Work Statement for one (1) additional year.

C.9.4 CLIN 0007 тАУ OPTION YEAR 2, SERVICE CALL LABOR
The Contractor shall continue to execute the services detailed in section C.3.1 of this Performance Work Statement for one (1) additional year.

C.9.5 CLIN 0008 тАУ OPTION YEAR 2, SERVICE CALL MATERIALS
The Contractor shall provide the necessary parts, and supplies for the maintenance and repair services. All material purchases shall be authorized by the COR and approved by the KO prior to purchase.

C.9.6 CLIN 0009 OPTION YEAR 2, QUARTERLY MAINTENANCE тАУ (FIRM FIXED PRICE)
The Contractor shall continue to execute the services detailed in section2 C.3.3 of this Performance Work Statement for one (1) additional year.

C.10 Distribution Statement:

C.10.1 Determination of the PWS Document:

Distribution Statement A: Approved for public release; distribution is unlimited (21 February 2018).

C.10.2 Determination for information generated from the performance of the Contract:

Distribution C: Distribution authorized to U.S. Government Agencies and their contractors (Administrative or Operational Use) (21 February 2018). Other requests for this document shall be referred to ARL Security Office.

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 Million standard that accompanies NAICS code 238210. 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 11:59 hrs eastern standard time five (5) days after posting. Submissions should be emailed to Christine Chase, Christine.m.chase10.civ@mail.mil.
Questions concerning this sources sought may be directed to [Christine Chase, Christine.m.chase10.civ@mail.mil. Please be advised that .zip and .exe files cannot be accepted.
(13) Place of Contract Performance: Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), MD 21005
(14) Estimated Delivery Timeframe or Period of Performance: (1) year with two (2) one (1) year options

Response Date:
041818

Sol Number:
W911QX-18-Q-0002

 

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