Active Vehicle Barrier Program
This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bi... This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Purpose: The purpose of this Request for Information (RFI) is to obtain industry comments on best practices for the maintenance of various USMS active vehicle barriers, to determine interest in participation, and to determine the availability of potential businesses that can provide services for the United States Marshals Service (USMS). The information from this market research will help the USMS with their acquisition strategy. Firms are strongly encouraged to provide comments, questions, and suggestions relative to the project scope, methodologies and technologies, and approach. Any input that businesses or interested parties would like to provide will be reviewed and considered. Scope and Background: The United States Marshals Service (USMS) is responsible for providing a nationwide vehicle barrier contract for the security and protection of federal court facilities. The USMS is seeking a Contractor with a nationwide footprint that shall provide all personnel, labor, equipment, supplies, tools, materials, supervision, and other items and services necessary to provide a regular periodic inspection and maintenance program (PM-Preventive Maintenance) for USMS vehicle barriers located throughout the United States. Crash rated and non- crash rated barriers consist of Delta Scientific Barrier Systems, Nasatka Barrier Systems, BB Armor Barriers Systems, and other miscellaneous barrier systems. Work shall comply with commercial standards for maintenance of these units, as well as all commercial, federal, state, and local requirements that apply. Barriers consist of actuators, control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic related equipment, corresponding traffic lights, associated automated systems and control cabinets and any other related standard. The current state of the USMS' National Active Vehicle Barrier Program is as follows: - The Contractor establishes a Preventative Maintenance Schedule for all barriers (approx. 240) based on crash rating. - The Contractor coordinates all aspects of the maintenance with the Government Contracting Officer's Representative (COR), along with a local USMS point of contact. Instructions: After reviewing the Scope, Background and Questions contained herein, interested parties shall submit a capability statement in Microsoft Word or PDF Format in response to this RFI by e-mail no later than 9:00 am, EST, Thursday, February 21, 2019 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] FY19 AVB Program RFI Response". All information provided to the Government must be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Capability Statements shall not exceed fifteen (15) double-sided 8 ½ x 11 pages, with one inch margins, and not exceed 12pt Times New Roman font. The Capability Statement should demonstrate the respondent's competencies to effect acceptable performance in execution of the current state of the USMS' AVB Program, as well as efficiencies offered by the respondent the USMS could benefit from if implemented. In addition to addressing each of the questions contained herein, respondents should include as part of their submission: 1. COMPANY INFORMATION: Company name, address, phone number, a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business under NAICS code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. If applicable, provide a list of all relevant Government-Wide Acquisition Contracts and Federal Supply Schedule contracts your firm previously held and/or currently holds. Please include the contract number and expiration date for each. 2. PAST PERFORMANCE SUMMARY: Respondents may submit a summary of recent and relevant past performance supporting their stated capabilities to successfully perform an effort of this size and scope. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, Scope of equipment and services provided during the period of performance, and a Point of Contact at the Contracting Activity who can verify the information provided. 3. INTERESTED PARTY QUESTIONS: Interested parties may submit questions regarding this RFI by e-mail no later than 12:00 pm, EST, Friday, February 15, 2019 to OSC.PROCUREMENTS@USDOJ.GOV titled "[Company Name] FY19 AVB Program RFI Questions". Questions Program Execution: 1. How long has your company been servicing crash rated and non-crash rated barriers and where? 2. Identify the number of resources you have available to provide barrier preventative maintenance services nationwide? 3. What barrier equipment are your technicians manufacture certified to work on? 4. How do you manage invoicing? 5. Do you provide Contract Management available to contact 24/7? 6. How do you manage your sub-contractors? 7. How would you ensure subcontractors abide by USMS requirements when at locations? 8. What type of training do your employees receive regarding barriers and how often? 9. Are you capable of creating a quality control plan and maintaining it throughout the contract? Participants are encouraged to provide any additional information related to the implementation of a nationwide or regional barrier repair program. Attachments: Attachment 1 - DRAFT Statement of Work
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »