Hawaii Bids > Bid Detail

Level II Armed/Uniformed Guards for FEMA

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159787437420980
Posted Date: Jan 17, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/93e30fa220...
Follow
Level II Armed/Uniformed Guards for FEMA
Active
Contract Opportunity
Notice ID
70FBR924I00000003
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
INCIDENT SUPPORT SECTION(ISS70)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jan 16, 2024 02:59 pm HST
  • Original Response Date: Feb 15, 2024 04:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Kihei , HI 96753
    USA
Description

The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) is conducting market research to identify local business contractors capable of providing Level II Armed/Uniformed Guards at various locations within the Island of Hawaii specifically Maui and Oahu.





Level II Armed/Uniformed Guards provide the protection of FEMA personnel, facilities, and assets and requires a Security Guard Contract to assist in Mission Essential functions of security. Security of FEMA facilities will be based on FEMA Office of Chief Security Officer (OCSO) security standards, policies, and practices. At the direction of, and in coordination with FEMA OCSO security personnel, the security company will provide contract protective services officers to support response and recovery operations in the State of Hawaii.





FEMA is seeking information from local business contractors who have performed Level II Armed/Uniformed Guards services in the last three years who can perform at a minimum of 7,000 hours every 30 days. Contractors must be registered with an active registration in System for Award Management (SAM.gov.)





THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY.



THIS IS A SOURCES SOUGHT SYNOPSIS for information and planning purposes only and is not to be construed as a commitment by the Government. This Sources Sought Notice is released pursuant to FAR Part 10 Market Research and is issued for the purpose of identifying available sources (interested entities) capable of performing the requirement. This is not a solicitation announcement for proposals and NO CONTRACT will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The information gathered from this source sought notice will be utilized in the Government’s determination on contract and business type utilized in the solicitation.





The North American Industrial Classification System (NAICS) code for this effort is 561612, Security Guards and Patrol Services Local to the Island of Maui and Honolulu only.





PURPOSE:



The purpose of this Sources Sought Notice is to solicit input and gauge interest among those parties experienced in security support services for the Department of Homeland Security, FEMA. The anticipated magnitude of this effort is estimated to be 7,000 hours per 30 days minimum for the required services. Interested entities would be required to provide Level II Armed/Uniformed Guards services, at federally owned, leased, or occupied facilities protected by the Federal Protective Service at various locations located in the state of Hawaii,. There are significant challenges involved in staffing these remote posts. The contract supports approximately 44 posts at various facilities across the service area. In furnishing these services, interested entities shall provide all necessary management, supervision, personnel, materials, supplies and equipment except as otherwise indicated, and shall plan, schedule, coordinate, and ensure effective performance of, and conformance to all aspects of the statement of work.





OBJECTIVES:



This requirement includes providing physical security services (armed Level II) for required areas on the Island of Maui and Oahu. A successful entity would be required to provide Level II Armed/Uniformed Guards services to fulfill the functions of the Statement of Work (SOW).



The primary functions required for an effort of this nature will include, but is not limited to the following:




  • Level II Armed/Uniformed Guards services; patrols and response access control; badging; screening operations; control center operations; traffic control; keys and access control; and visitors processing.

  • Providing competent, trained, uniformed security officers who meet the standards for providing guard services in the applicable localities.

  • Contract management, supervision, manpower (technically trained personnel to provide routine and emergency site security services protection and support services), training, screening, equipment, supplies, licenses, permits, certifications, insurance, preemployment screenings, reports, files, and any other resources necessary to satisfactorily perform the requirements of this effort. All work performed must satisfy the requirements of all laws, regulations, FPS orders, directives, and guidelines.

  • Provide security services twenty-four (24) hours per day, seven (7) days per week). The level of effort will be determined by the specific security condition level at any time as well as response to short-term events such as other unforeseen non-emergency or emergency situations.

  • Responsible for conducting adequate background checks to ensure that personnel hired can obtain and maintain the applicable security clearance.

  • Provide staffing for significantly remote post areas.

  • Responsible for conducting adequate background checks to ensure that personnel hired can obtain and maintain the applicable security clearance .



EXPRESSION OF INTEREST/CAPABILITY STATEMENT:



In addition to completing and returning Attachment 1 (Contractor/Vendor Information Sheet), interested contractors are requested to provide a capability statement (brief discussion), with specific emphasis placed on the area of support described above, that does not exceed 3 pages in total with sufficient details to provide responses to the following information:




  1. Has your organization performed armed guard services, under the NAICS code 561612-Security Guards and Patrol Services? Yes or No

  2. Does your organization currently possess active licenses and/or permits to perform armed guard services in the state of Hawaii? Yes or No

  3. If the answer to question two (2) is NO, please explain your understanding of the licensing and permitting process in the state of Hawaii for this requirement.

  4. Identify at least 3 customers/projects from the past 3-years and a brief description of the work performed for each customer. Responses should clearly describe previous work that would articulate those protective services (armed) were performed on a similar scale and geographic dispersion to what is described above. Provide the contract number, point of contact, telephone number and email address for each referenced contract. If an assessment report is resident in the CPARS System for any of the customers/projects referenced, you only need to provide the contract number and the Government will pull the report.

  5. If your organization has not performed projects of the estimated magnitude (7,000/hours per 30-days), either individually or in the aggregate, please identify the largest portion (estimated monthly hours) that your organization can perform.

  6. Describe your organization’s ability to manage a contract of this size, as well as work with staff covered by a mixture of Collective Bargaining Agreement and the Service Contract Act.

  7. Describe your organization’s ability to assume the financial responsibilities associated with receiving a contract of this size and ability to transition/start up and sustain operations for at least 45 days after award before payment will be received. Specifically, discuss the assurance that resources are available to meet payroll, subcontracting, and operational obligations at this magnitude. Please do not provide financial statements as part of your response.

  8. If subcontracting/teaming is anticipated, describe your organization’s experience in successfully managing subcontracts/teaming partners. Include a detailed description of how your organization guarantees the performance and participation of the potential subcontractor/teaming partner, including a description of the type and expected levels of subcontracting/teaming (magnitude), as well as the type of work that a subcontractor/teaming partner may perform for your organization. Include any existing partnerships or mentor-protégé agreements you currently have with a large business partner that may facilitate your ability to coordinate performance on a contract larger in size than your past performance projects.



DISCLAIMERS AND INFORMATION:



DHS, FEMA reserves the right to use all information submitted by, or obtained from, an interested party in any manner DHS, FEMA determines appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response.



All interested parties responding to this sources sought notice must submit their responses no later than February 15, 2024 at 4:00PM HT via email to fema-dr4724-hi-contracting@fema.dhs.gov and Responses are to be no more than 3 pages in length, not including Attachment 1 (Contractor/Vendor Information Sheet).



You are strongly encouraged to submit your responses to this Sources Sought Notice at least 3 hours before the specified due date in order to have time to resolve any transmission problems.



As previously indicated, this is NOT a solicitation, therefore, no cost or pricing information should be provided. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This is a market survey to identify potential sources capable of performing the effort required. Responses should be limited to the entity’s expression of interest and capabilities statement (as identified above) along with confirmation of local business entity. It is not mandatory for an offeror to respond to this sources sought notice in order to respond to a subsequent solicitation when/if issued.




Attachments/Links
Contact Information
Contracting Office Address
  • 500 C STREET SW 3RD FLOOR
  • WASHINGTON , DC 20472
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 16, 2024 02:59 pm HSTSources 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 >