Washington, DC Bids > Bid Detail

Security Integration & Technology Directorate Professional Engineering Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159772859577842
Posted Date: Nov 21, 2022
Due Date: Dec 9, 2022
Solicitation No: HQ003423R0DSD
Source: https://sam.gov/opp/8d0e3c4b4d...
Follow
Security Integration & Technology Directorate Professional Engineering Support Services
Active
Contract Opportunity
Notice ID
HQ003423R0DSD
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
WASHINGTON HEADQUARTERS SERVICES (WHS)
Office
WASHINGTON HEADQUARTERS SERVICES
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2022 11:15 am EST
  • Original Response Date: Dec 09, 2022 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Washington , DC 20301
    USA
Description

DEPARTMENT OF DEFENSE ACQUISITION DIRECTORATE



SOURCES SOUGHT NOTICE





THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS, and this is conducted for MARKET RESEARCH purposes only.





THIS IS A REQUEST FOR INFORMATION (RFI).



Washington Headquarters Services Acquisition Directorate (WHS/AD) intends to award a single award, firm-fixed-price professional services contract to a capable, eligible 8a contractor.





Title: Security Integration and Technology Directorate (SITD)



Enterprise Physical Security Division (EPSD) and Chemical, Biological, Radiological Division (CBRN) Professional Services Support



Sources Sought Post Date: 11/21/2022



Sources Sought Response Date: 12/09/2022



NAICS Code: 541330 - Engineering Services



Product Service Code: R499, Other professional services





Background:



The Pentagon Force Protection Agency is a Department of Defense (DoD) Agency that provides law enforcement, physical security, anti-terrorism, counterintelligence, security alarm monitoring, emergency management, and other force protection services to the Pentagon Reservation, Raven Rock Mountain Complex, Mark Center, Defense Health Headquarters, and numerous other DoD owned and leased facilities throughout the National Capital Region (NCR) per DoD Directive 5105.68. This contract provides critical systems engineering, security, technical, advisory support, and consulting services to enable PFPA to fulfill its force protection mission.





Program Details:



The Washington Headquarters Services / Acquisition Directorate (WHS/AD) is issuing this Notice to obtain information to assist the Security Integration and Technology Directorate (SITD) Enterprise Physical Security Division (EPSD) and Chemical, Biological, Radiological Division (CBRN) in providing Professional Services Support. The purpose of this Sources Sought Notice is to identify a pool of qualified Offerors to provide the PFPA with services to support the program/project management, full lifecycle systems engineering, technical construction management, system design and integration, quantitative analysis, and budget and acquisition support. The Contractor shall provide support for the design, development, implementation, and administration/support of PFPA systems, construction projects, and analytical efforts. Systems and construction projects affected under this effort impact over 100 DoD facilities in the Virginia, Maryland, District of Columbia, and Pennsylvania regions and over 90,000 Government, military, and contractor personnel.





Service Requirement Critical Task Areas/Elements All submissions *must include verifiable* information about a firm's ability to comply with the security requirements for this effort:






  1. Security Clearance. Contractor personnel performing work under this contract must have a SECRET clearance at the time of the offer submission and maintain the level of security required for the contract's life. The security requirements are in accordance with the attached DD Form 254.






  1. Systems Engineering Support: The Contractor shall provide information to support the firm's capability on full lifecycle systems engineering for PFPA Electronic Security Systems to include Access Control and Intrusion Detection Systems; Identity Management Systems; Closed Circuit and IP based Video Surveillance Systems; and Physical Security Information Management Systems.






  1. Project Management: The Contractor shall provide information to support the firm's experience and capability to perform project management services and support overall program management. The Contractor shall provide inputs into the development of Business Needs/Case Analysis and Project Charters. The Contractor shall develop program documentation such as Concept of Operations documents, training manuals, troubleshooting guides, business cases, and project charters. The Contractor shall develop, track, and manage project schedules. The Contractor shall gather and analyze system requirements from customers and stakeholders. The Contractor shall provide input in the development of Performance Work Statements, cost estimates, and market research. The Contractor shall lead or participate in working groups, Integrated Project Teams, and technical meetings. The Contractor shall develop briefings and white papers to report on program/project status, issues, activities, and proposed changes.






  1. Engineering and Technical Analysis: The Contractor shall conduct a technical analysis of systems with respect to operational and design requirements, construction and implementation requirements, performance characteristics, cost/benefit, and sustainment requirements to advise the Government lead regarding the most effective approaches to support short and long-term goals. Perform operational readiness checks, audit and inspect systems, and assess system performance. The Contractor shall perform data analysis and make recommendations to improve system performance and reduce operational costs. The Contractor shall conduct an analysis of alternatives to identify the best material or non-material solutions. The Contractor shall assess commercially available off-the-shelf (COTS) systems and emerging technologies and produce technical reports on system feasibility, reliability, and cost-effectiveness. The Contractor shall review, develop, improve, and implement model and simulation tools. The Contractor shall provide design and drawings as needed to document system installations and infrastructure enhancements required to support program objectives.






  1. Change and Quality Management: The Contractor shall develop, implement, and comply with configuration and change control management plans. The Contractor shall develop and implement quality assurance standards for electronic security systems and mission applications. The Contractor shall develop and maintain databases to record system performance and operations in order to sustain and ensure PFPA quality assurance standards are achieved. The Contractor shall develop, review, and maintain Interface Control Documents.






  1. System Installation, Configuration, and Sustainment: The Contractor shall perform system/sensor/device installation, troubleshooting, and repairs, install and configure the software. The Contractor shall collaborate directly with Original Equipment Manufacturers to configure applications for system integration, updates, testing, and troubleshooting and to resolve anomalous system performance and sensor network issues. The Contractor shall conduct training for system operators prior to the turnover of a system. The Contractor shall develop and execute system testing, commissioning, verification, and validation. This may include test plan development, coordinating with Pentagon Service Providers and stakeholders, equipment operation, data retrieval, and on-site assessments. The Contractor shall develop and execute system testing, commissioning, verification, and validation. This may include test plan development, coordinating with Pentagon Service Providers and stakeholders, equipment operation, data retrieval, and on-site assessments.





Chemical, Biological, and Radiological Division requirements:





Mission Application Management Branch:




  1. Systems Engineer – IT, Cybersecurity, Mission Applications Support Services

  2. Systems Engineering Analysis Support Services





Electronic Security Systems Branch:




  1. Systems Engineer - Electronic Security Systems Engineering Support Services (Primary Discipline: Video Surveillance Systems; Secondary: Access Control/Intrusion Detection, other Electronic Security Systems (ESS))

  2. Systems Engineer - Electronic Security Systems Engineering Support Services (Primary Discipline: Access Control/Intrusion Detection Systems, Secondary Discipline: Video Surveillance, other ESS)





Enterprise Physical Security Division (EPSD) Labor Category:




  1. Systems Engineer - Electronic Security Systems

  2. Systems Engineer - IT, Cybersecurity, Mission Applications

  3. Physical Security Specialist

  4. Operations Research/Decision Support Analyst

  5. Resource Management Analyst

  6. IT Systems Engineer/Systems Analyst

  7. Cybersecurity Specialist





Chemical, Biological, Radiological Division (CBRN) Labor Category:




  1. CBRN Systems Engineer – Senior

  2. CBRN Mechanical Engineering for Heating, Ventilation, and Air Conditioning (HVAC)

  3. CBRN Defense System Sustainment





Laboratory Branch Labor Category:




  1. Biological Exercise Planner

  2. Biological Scientist/Scientific Literature Review

  3. CBRN Strategic Planner





Place of Performance:



The work to be performed under this contract will be performed primarily at Government-owned or Government-leased facilities in the National Capital Region. The principal work locations will be the Pentagon (Arlington County), Suffolk Building (City of Falls Church), and Raven Rock Mountain Complex (Adams County, PA).



Capability Statements:



Offerors must demonstrate their ability to comply with the requirements in this Source Sought in order to be considered capable of satisfying the Government's requirement. Security Capability information must be displayed on page 1 of the response.





All interested Offerors having the experience, skills, and capabilities necessary to perform the stated requirements are requested to provide capability statements not to exceed five pages in "Times New Roman" 12-pitch font on 8.5 x 11 paper that include the following information:










      1. Company name, address, point of contact name, telephone, and email address.

      2. CAGE Code and DUNS Number.

      3. Business size status (business size/socio-economic category must be submitted to be used).

      4. Identify contracts your company has been awarded under NAICS: 541330 - Engineering Services. Additional information on NAICS codes can be found at www.sba.gov.

      5. Recommended/suggested NAICS codes for this effort.

      6. Recommended/suggested contract type.

      7. The number of contracts currently held with the Government to include any Federal Supply Schedules listed under GSA Advantage.

      8. Documentation that addresses each of the six (6) Service Requirement Critical Tasks/Elements detailed above.

      9. A description of Corporate Experience and educational levels for particular key personnel labor categories and levels are as details in the performance work Statement.









Submission Instructions:



The response to this Notice is limited to five (5) single-sided pages, including all attachments, charts, etc. (single-spaced, 12-point font minimum excluding charts and graphics) and should include current business size status and any applicable Federal Supply Schedule(s). This indication should be clearly marked on the first page of the response, as well as the eligible business concern's name, point of contact, address, and cage code.





All responses to this Sources Sought Notice must be submitted electronically (via email) to Mr. David S. Doty, Contracting Officer, at whs.mc-alex.ad.mbx.essd-security-solicitation@mail.mil and Ms. Tara Upchurch, Small Business Specialist, tara.n.upchurch.civ@mail.mil. The email's subject must be "Sources Sought: Professional Services Support." Facsimile responses will not be accepted.





To facilitate a timely and comprehensive review of all submitted responses, Offerors must respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response.





Common Cut-off Time/Date:



Responses to the information above are due no later than 4:30 PM on Friday, December 9, 2022.



Responses received after this date and time may not be considered.





ATTACHMENT 1



CONTRACTOR CAPABILITY INFORMATION





Part I. Business Information





Please provide the following business information for your company/institution and for any teaming or joint venture partners:





Company/Institute Name:



Address:



Point of Contact:



CAGE Code:



Phone Number:



Email Address:



Web Page URL:



Size business pursuant to the North American Industry Classification System (NAICS). Based on the above NAICS Code, state whether your company is:





Small Business (Yes/No)



Woman-Owned Small Business (Yes/No)



Small Disadvantaged Business (Yes/No)



8(a) Certified (Yes/No)



8(a), Alaskan Native Corporation (ANC) (Yes/No)



HUBZone Certified (Yes/No)



Veteran Owned Small Business (Yes/No) Service Disabled Veteran Small Business (Yes/No) Central Contractor Registration (CCR) (Yes/No)





A statement as to whether your company is domestically or foreign-owned (if foreign, please indicate the country ownership).





List of any applicable Federal Supply Schedules and expiration dates:




Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION DIRECTORATE RPN STE 12063 1155 DEFENSE PENTAGON
  • WASHINGTON , DC 203011000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 21, 2022 11:15 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >