Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:140R2023R0010
Title: Northern California Area Office (NCAO) Armed Security Services Proposed solicitation number: 140R2023R0010 This notice serves as the pre-solicitation synopsis for the following proposed contrac...
Title: Northern California Area Office (NCAO) Armed Security Services Proposed solicitation number: 140R2023R0010 This notice serves as the pre-solicitation synopsis for the following proposed contract action. Specific instructions on submitting a proposal will be contained in the solicitation documents to be issued on or about June 1, 2023, posted to the SAM.gov website. No documents will be available until the solicitation is issued. The United States Department of the Interior, Bureau of Reclamation has a requirement for well-trained, highly capable armed security guards at Shasta Dam, a National Critical Infrastructure (NCI) facility. The guard services are required to provide a level of security services capable of addressing specified threats to protect Reclamation assets, visitors, and personnel. Project location is as follows: Shasta Dam (located at 16349 Shasta Dam Blvd, Shasta Lake, CA 96019) and surrounding areas: ¿ Shasta Security Control Center (Main Guard Post) ¿ Shasta Power Plant Camera Control Room ¿ East and West Shasta Dam Abatements ¿ Shasta Dam Tour Hours: additional posts are the Shasta Dam Tour Elevator, Shasta Dam Power Plant Interior, and the Visitor Center ¿ A minimum of 9 guards shall be onsite during 0830-1630 time frame The contractor shall furnish an armed security force with knowledge, skills, and abilities in critical infrastructure protection to guard the Shasta Dam from threats until law enforcement resources arrive. The services to be performed include, but are not limited to, the following: staffing posts, defending critical assets, facility entrance controls, public tour screening/monitoring, control Lost and Found, CCTV/Alarm system ¿ dispatch, monitor and maintain an arms room located at a government-provided facility. This competitive requirement is restricted as an 8(a) set-aside. The North American Industry Classification System (NAICS) Code assigned to this project is 561612, Security Guards and Patrol Services with a corresponding small business size standard of $29M. The product service code (PSC) is S206, Housekeeping-Guard. This acquisition will be procured in accordance with FAR Part 12 Acquisition of Commercial Products and Commercial Services, and FAR Part 15 Contracting by Negotiation. The Government intends to award one firm fixed price contract with a base year (12-months) plus four (12-month) option years. The solicitation and any amendments to the solicitation will be available only through SAM.gov. All proposals, and other normal documents required for the proposal submittal, including amendments to the proposal, shall be in electronic medium. All dates in this announcement are estimated and are subject to change. No other information will be available before the solicitation is posted. Registrations: In order to be awarded a contract an offeror must have a Unique Entity ID number, be registered and active in the System for Award Management (SAM), http://www.sam.gov, and have completed their online Representations and Certifications. Contracting Office Address: Bureau of Reclamation, California Great Basin Region, 2800 Cottage Way, Sacramento, CA 95825 Point of Contact: Sarah Rodrigues, Contract Specialist, e-mail: srodrigues@usbr.gov. All questions must be submitted in writing via e-mail to: srodrigues@usbr.gov. Telephone questions will not be accepted. NOTE: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL (SOLICITATION), AN INVITATION FOR BID (IFB), NOR IS IT A REQUEST FOR QUOTATION (RFQ). It is not to be construed as a commitment by the requesting party to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, bids, or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice. This notice is strictly for compliance with FAR Subpart 5.2.