Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SOURCES SOUGHT

S -- IRS Explosive Detection Canine Team (EDCT) Services

Notice Date
6/26/2025 12:44:05 PM
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
OPERATION SERVICES Glenarden MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
2032H8-25-N-00003
 
Response Due
7/11/2025 1:00:00 PM
 
Archive Date
07/26/2025
 
Point of Contact
Mathew Nelker
 
E-Mail Address
Mathew.Nelker@irs.gov
(Mathew.Nelker@irs.gov)
 
Description
This Sources Sought Notice announcement is issued for the purpose prescribed in the Federal Acquisition Regulations (FAR) Part 10 �Market Research� and is for informational and acquisition planning purposes only. The U.S. Department of Treasury, Internal Revenue Service (IRS) has a requirement for Explosive Detection Canine Team (EDCT) Services at Thirteen (13) Internal Revenue Services (IRS) Campuses. This is a Sources Sought Notice (SSN) -- hereinafter Notice. This is NOT a solicitation for proposals, proposal abstracts, request for bids or quotations, nor a promise to issue a solicitation in the future. The purpose of this SSN is for the Government to obtain knowledge and information for project planning and market research purposes only. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). Do Not Submit any Proposals / Offers / Quotes in response to this Notice. If a formal RFQ/RFP is released, its contents may differ from the information contained in this announcement. This announcement does not constitute a commitment by the government to issue an RFQ/RFP, contract, or order. The government will not pay for any effort expended or any material provided in response to this announcement, nor will the government return any data provided. At a summary level, the IRS has interest in and is seeking information regarding the capability of firms who can provide services pertaining to providing public safety through an Explosive Detection Canine Team. PSC or FSC Code: S206 - housekeeping- guard NAICS Codes: 561612 - Security Guards and Patrol Services Other considered NAICS: 561210 - Facilities Support Services Description of Contemplated Services The purpose of this SSN is to seek contractors to support IRS with the Explosive Detection services via an Explosive Detection Canine Team (EDCT) at Thirteen (13) Internal Revenue Service (IRS) Campuses. The primary objective of this requirement is to provide public safety, the security of personnel and property through EDCT screenings of mail and deliveries arriving to specific IRS facilities locations. Furthermore, the goal is to protect IRS facilities and assets and support law enforcement investigations and activities through target odor detections of any materials that may pose a threat to public safety. SSN Instructions For your review, a draft Performance Work Statement (PWS) is attached along with Attachment 7 entitled �IRS Facility Management and Security Services (FMSS) Requirement� and Attachment 8 entitled Medical Questionnaire and Physical Abilities Test Manual Canine Handler (CH) Medical and Medical Certification Standards to this SSN. Additionally, responses to this SSN must be submitted using the Attachment SSN Response Spreadsheet. Part I Company Profile Information - IRS seeks company profile information about the firms that provide services positioned to address the requirements discussed above. Part II Capability - IRS seeks Industry responses to specific questions. Do not include any support documentation for any company other than your own. This is an analysis of your company�s abilities. Part I: Company Profile Information Responders to this notice must provide the following company information in the attachment 2: Company Name and Address Company Size: Small Business or Large Business What is your company�s classification: a SB, SDB, WBE, WOSB, 8A, VOSB, SDVOSB, MBE, DBE, Company technical Point of Contact (POC) information to include name, title, telephone number, and email address. Applicable NAICS (North American Industry Classification System) Code List active governmentwide contracts that your company has been awarded (GWACs, IDIQs, and BPAs � include applicable SIN) Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) Subcontracting / partnering / teaming possibilities Part II: Capability As indicated in instruction all responses are to be submitted via Attachment 2 SSN Response Template. Responses to this notice must include the following: Does your company have the capability to perform all required services in the Draft Requirements Document? Yes/No Does your company have similar previous experience with the type of work outlined in the Draft Requirements Document? Yes/No Does the Draft Requirements Document contain the sufficient information that would enable you to adequately respond to an RFP? If �No,� Yes/No In your estimation, how much of this potential requirement would your company need to subcontract to other companies? None Less than 15 percent Between 15 and 30 percent Between 30 and 50 percent More than 50 percent Please choose the NAICS code(s) you determine are appropriate for this requirement. (Choose all that apply) 561612 561210 Other �Please indicate NAICS codes If you use a subcontractor is the company a small or large business and is it part of a joint venture. Are your canines trained, certified, and physically fit to work in the IRS environment for up to 10-hours per day and can jump on and off boxes/platforms at least three feet high, can routinely stand on its hind legs while sniffing high areas/boxes /packages/etc., to ensure hip-dysphasia or other hip issues existing in the canine are not physically limiting? Is your EDCT certified to detect Chlorates, Nitrates, PETN, RDX and TNT? If so, provide certification entity and date. Can your EDCT detect Powders (Black, single/double base Smokeless, Pyrodex) Dynamite (AN or NG), Water-Gel, Slurries, Emulsion, cast boosters, Detonation Cord or blasting agents? Does your company possess all Federal, State and Local licenses and certifications as applicable to maintain, transport and store explosive items for the IRS locations cited in the PWS? How would you structure an EDCT team to successfully deliver on this potential requirement to each site? Describe your company�s ability to manage 24-hour response to explosive detection emergencies. What pricing/contract type (FP, LH, etc.) would you recommend for the services and why???? What labor categories do you recommend that align with the scope of work?? What labor categories have you previously utilized on alike services?? How many resources (canines, handlers, etc.) do you currently have employed that meet requirements of the PWS to dedicate to IRS security services? What level of expertise would those resources have (e.g., training, certifications, etc.)? What are the average years of experience of the team members your company would assign to this potential contract? What is an estimated total price to successfully deliver this requirement? Provide comments, suggestions, and/or any insights not already requested herein that would benefit the IRS as related to this SSN.?? If you have a Capability Website, please provide the link. (optional) Please provide a Capability Statement. (2-page limit) Does your company have the capability to provide personnel with the requisite Department of Treasury clearances? Additionally, do you have any employees that have already been cleared for work at Treasury? Optional Feedback: Please provide any feedback or questions you may have related to this requirement and the Draft Requirements Document. This section is only for questions or feedback to the Agency about this requirement and to further expand on any responses provided above. Terms and Conditions regarding this Notice This Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. All costs associated with responding to this Notice are solely at the responding party's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Further, the Government may contact the vendor for additional information regarding the information submitted as part of this market research effort. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Government Point of Entry or other similar source (e.g., GSA E-buy). However, responses to this notice will not be considered adequate responses to a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation if one is issued. No proprietary, classified, confidential, or sensitive information should be included in responses to this Notice, unless otherwise appropriately marked by the Respondent. Please be advised that all submissions become Government property and will not be returned. The Government reserves the right to use any non-proprietary technical information received in response to this Notice in any resultant solicitation(s). Do Not Submit any Proposals/Offers in response to this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f289c738c4d41f5b8c4a1fd393fd97f/view)
 
Place of Performance
Address: Lanham, MD 20706, USA
Zip Code: 20706
Country: USA
 
Record
SN07491221-F 20250628/250626230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.