Virginia Bids > Bid Detail

Modular Forced Entry and Ballistic Resistant (FE/BR) Emergency Sanctuary Systems Market Research

Agency:
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159730267162146
Posted Date: Feb 14, 2024
Due Date: Mar 11, 2024
Source: https://sam.gov/opp/27389c11b2...
Follow
Modular Forced Entry and Ballistic Resistant (FE/BR) Emergency Sanctuary Systems Market Research
Active
Contract Opportunity
Notice ID
19AQMM24N0019
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 14, 2024 08:39 am EST
  • Original Response Date: Mar 11, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Arlington , VA 22209
    USA
Description

U.S. Department of State / Bureau of Overseas Buildings Operations



Sources Sought Notice no. 19AQMM24N0019



Modular Forced Entry and Ballistic Resistant (FE/BR) Emergency Sanctuary Systems Market Research





PURPOSE:



This is a Sources Sought Notification (SSN), as defined in FAR 15.201(e). This Sources Sought Notice is for market research purposes only. This is not a solicitation, nor is it a request for proposals, proposal abstracts, or quotations and does not commit the Government to issue a solicitation, make an award, or reimburse respondents for any costs associated with responding to this notice. The Government will treat each response submitted in confidence.



INTRODUCTION/BACKGROUND:



The mission of the U.S. Department of State (DOS) is to advance the interests of the American people, their safety and economic prosperity, by leading America’s foreign policy through diplomacy, advocacy, and assistance.



The United States Government (USG), Department of State (DOS), Bureau of Overseas Buildings Operations’ (OBO) mission is to provide the most effective facilities for United States diplomacy abroad. In support of the mission, OBO directs the worldwide overseas buildings program for DOS and the U.S. Government community serving abroad under the authority of the chiefs of mission in concert with other State Department bureaus, foreign affairs agencies, and Congress. OBO sets worldwide priorities for the design, construction, acquisition, maintenance, use, and sale of real properties and the use of sales proceeds for over 26,000 real properties.



As the owner, OBO oversees, reviews, and ensures the quality and thoroughness of tasks performed by contracted architects, engineers, construction specialists, and maintenance professionals supporting design, design-build, construction, rehabilitation, and operation/maintenance projects. OBO is conducting market research to gather data on modular forced entry and ballistic resistant (FE/BR) systems to serve as compound emergency sanctuaries at overseas diplomatic facilities. The structures, including doors, windows, and the structure itself, must provide certified 15-minute FE/BR protection per the U.S. Department of State’s Standard, SD-STD-01.01, Revision H, dated May 2020. The systems must be scalable in size and capable of being shipped and deployed or assembled in place in an overseas environment. OBO’s interest is in modular systems that will be deployed or assembled within an existing structure on an existing at-grade floor, as well as systems that can be deployed or assembled on a suitable exterior foundation.



OVERVIEW



OBO is interested in receiving a thorough capability statement from interested vendors to provide all or most of the following capabilities:



The capability statement must include the following information:



a. Vendor name (formal business name) and address



b. Vendor CAGE Code



c. Vendor Unique Entity Identifier (UEI)



d. Is the vendor registered in SAM.gov? (Y/N)



e. Primary NAICS code(s) utilized by vendor



f. Vendor main point of contact (name, title, phone number, and email address)



f. Vendor’s designated 8(a) category (ANC, NHO, standard 8(a), and/or Tribal)



g. Date Vendor graduates from the 8(a) program (if applicable)



h. Additional small business set-aside categories utilized by the Vendor



i. Vendor’s bonding capability/threshold



j. The cognizant SBA district office for vendor



k. Current facility security clearance held by vendor



l. If Vendors holds a facility security clearance, does it include safeguarding? (Y/N)





Technical Capabilities




  1. Experience of overseas design and construction. If no overseas experience, include relevant domestic experience.

    1. Provide no more than three examples of past performance for the prime and subcontractor team members, include general description & location of project.

    2. Identify the role the Vendor/Subcontractor had on the project,

    3. Include overall value of the project and value of subcontract is applicable,

    4. Relevant experience may include design, construction, design/build, and/or logistics,

    5. The Government may ask for a project point of contact for further information.







RESPONSE REQUIREMENTS:




  1. OBO is interested in receiving a capability statement (20-page limit) to elaborate on vendor capabilities. The capability statement should include the information requested above. Interested Vendors must submit their response as one attachment in Microsoft Word or PDF format.

  2. Please submit no later than 10:00 a.m. EDT on Monday, March 11, 2024. Responses must be submitted to Patrick Dermidoff at OBO-CES-MKT-Research@state.gov. Phone calls will not be accepted.





DISCLAIMER AND IMPORTANT NOTES:



This Source Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice.



Regardless of the information obtained from this notice, the Government reserves all rights in any future acquisition process for this requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.



No proprietary, classified, confidential, or sensitive information should be included in any response to this Sources Sought Notice.








Attachments/Links
Contact Information
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 14, 2024 08:39 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 >