New Jersey Bids > Bid Detail

Safety, Environmental, and Infrastructure Support Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159192506184069
Posted Date: Apr 21, 2023
Due Date: Apr 26, 2023
Solicitation No: 70RSAT23RFI000016
Source: https://sam.gov/opp/57feb9566a...
Follow
Safety, Environmental, and Infrastructure Support Services
Active
Contract Opportunity
Notice ID
70RSAT23RFI000016
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
SCI TECH ACQ DIV
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 21, 2023 03:52 pm EDT
  • Original Published Date: Apr 04, 2023 08:43 am EDT
  • Updated Response Date: Apr 26, 2023 05:00 pm EDT
  • Original Response Date: Apr 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1HB - OPERATION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Atlantic City , NJ 08405
    USA
Description View Changes

This RFI is amended to provide Industry Day briefing, Questions and Answers and Industry Day Attendee(s). The RFI response date and time remain the same.







THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI support’s the Department’s efforts to provide Safety, Environmental, and Infrastructure Support Services for Transportation Security Laboratory (TSL) in Atlantic City, New Jersey (see Attachment 1 – Draft Performance Work Statement (PWS)).



This RFI is for planning purposes ONLY and shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation as a result of the responses received to this RFI.



The Government will not pay for any response or demonstration expenses. All costs incurred



responding to this RFI will be solely at the interested party's expense. Failure to respond to this



RFI will not preclude participation in any future solicitation if there is one. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information.



Government technical experts drawn from staff within Department of Homeland Security (DHS) and other federal agencies may review responses. The Government may use selected support contractor personnel to assist in the review of the RFI responses. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary information.



I. INTRODUCTION



The purpose of this RFI is twofold:



1) To obtain feedback from industry partners on the professional technical support services required as outlined in this RFI and draft PWS.



2) Identification of qualified and interested sources with the capability to provide the services identified in the draft PWS included in the RFI attachments. Responses to this RFI will be used to assist the Government in determining capabilities of small business.



All interested sources will relevant capabilities are encouraged to respond.



II. SCOPE



The scope of this effort will be to provide TSL with the necessary operational (i.e., organizational, administrative, technical and physical) support to enable TSL activities to be conducted efficiently and effectively. For each of the tasks, organizations other than the contractor may perform or support related activities. These organizations include TSL, other government, other contractor, equipment vendor or other transportation security stakeholders. The TSL currently receives support from the Federal Aviation Administration (FAA) under the Center Operations and Maintenance Service (COMS) contract for maintenance and infrastructure repairs and support. The Contractor shall furnish all necessary personnel, management, supervision, professional services, labor, materials, supplies, parts, and general and specialized equipment to perform the services specified in the PWS.



III. TASKS REQUIREMENTS



The Contractor shall provide services in three areas:




  1. Task 1 – Safety and Environmental Programs Support;

  2. Task 2 – Logistics and Infrastructure Support; and

  3. Task 3 – Operations and Maintenance Support.



See Attachment 1 – draft PWS for details.



IV. RFI QUESTIONS



Responses to this RFI should address the following questions:




  1. Describe your experience and process for finding, attracting, hiring, and retaining qualified, reliable, and objective safety specialists, hygienists, and environmental specialists and explosive support personnel to include; Government suitability and clearance.

  2. Describe your relevant and recent experience in supporting and administering a Government laboratory facility; relevant to size/complexity of the requirements outlined in the Performance Work Statement (PWS).

  3. Describe your experience in safety knowledge, process development, industrial hygiene, ergonomics, and environmental health pertaining to managing and operating infrastructure, logistical, safety and explosives support programs.

  4. If your company does not have experience or capability in one or more of the support areas, how would your company address any experience or capability gaps in order to meet the requirements outlined in the PWS.



V. SUBMISSION REQUIREMENTS



Responses shall include the following company information:




  1. Legal Business name and Physical address

  2. Point of Contact (POC) (Name, Phone Number, Email Address, and Website URL)

  3. Unique Entity ID (UEI) Number and CAGE Code

  4. Business size/socio-economic category under North American Industry Classification System Codes (NAICS) 541330 Engineering Services Size Standard $25.5M

  5. Identify your company Governmentwide Acquisition Contract (GWAC) (i.e. OASIS) and/or General Service Administration (GSA) schedule contract number to include the applicable contract number.

  6. Identify if your firm would be interested in competing for this requirement as prime contractor or subcontractor, if solicited. If subcontracting, identify any joint ventures or teaming arrangements that would be pursued.

  7. Provide response to four (4) questions identified in section IV of this RFI.





Submissions shall be made using Microsoft Office applications. Response shall be maximum of five (5) pages (not including the cover page). The font shall not be smaller than 12-point Times New Roman. Please provide your response to this RFI no later than 5:00 PM Eastern Time on Wednesday, April 26, 2023, to the DHS Office of Procurement Operations (OPO) Contracting Officer, LeShanna Calahan (LeShanna.Calahan@hq.dhs.gov) and Contract Specialist Kimberly O’Neill (Kimberly.Oneill@hq.dhs.gov). Any questions and inquiries must be submitted to the email addresses above.



VI. INDUSTRY DAY



The Government will host an in-person Industry Day that will include an overview of the requirements, a tour of the TSL facilities, and a questions and answers session (see Attachment 2 – Industry Day Instructions for details). The Industry Day will be held on Wednesday, April 19, 2023, from 8:30 AM until 12:30 PM at the TSL, Atlantic City, New Jersey. To register for Industry Day, complete the registration form and submit via email to Contracting Officer, LeShanna Calahan (LeShanna.Calahan@hq.dhs.gov) and Contract Specialist Kimberly O’Neill (Kimberly.Oneill@hq.dhs.gov) no later than 5:00 PM Eastern Time on Wednesday, April 12, 2023 (see Attachment 3 - Industry Day Registration Form). While attendance is not mandatory, advance registration is mandatory. Only those individuals identified/registered will be allowed to participate in Industry Day. Participation is limited to a maximum delegation of two representatives per company.



NOTE: The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held with companies who provide comprehensive and relevant responses to the topic and questions in this notice.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 245 MURRAY LANE SW, MAILSTOP 0115
  • WASHINGTON , DC 20528
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >