Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
MODIFICATION

99 -- Construction Security Monitoring Services for domestic and overseas construction sites and storage facilities

Notice Date
12/8/2004
 
Notice Type
Modification
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SALMEC-05-R-0002
 
Response Due
1/14/2005
 
Archive Date
1/15/2005
 
Point of Contact
Cornelius Pitts, Contract Specialist, Phone 7038756011, Fax 7038756292, - Kevin McGhee, Contract Specialist, Phone 7038754566, Fax 7038756292,
 
E-Mail Address
pittsc@state.gov, mcgheekt@state.gov
 
Description
Modification No. 1: The purpose of this modification is to upload the solicitation and DD-254 Contract Security Classification Specification for this requirement. Offeror's interested in responding to this requirement shall read the uploaded solicitation in its entirety and respond in accordance to the solicitation. The US Department of State (DOS), Office of Logistics Management (A/LM/AQM), on behalf of the Overseas Building Operations, Security Management (OBO/PE/SM) is seeking firms to provide site security personnel Cleared American Guards (CAGS) and Construction Surveillance Technicians (CSTS) for various domestic locations and overseas construction sites and storage areas. At a minimum, the construction security services personnel will be required to, a) detect unauthorized access into controlled areas; b) surveil the activities of uncleared workers to prevent the implantation of clandestine surveillance devices or systems into the structure being constructed, or its surroundings. Offerors will be required to provide double rates for domestic and overseas personnel to be eligible for award. Personnel providing CAG and CST services both domestically and overseas, must successfully complete the Department's specialized security training prior to contract assignment. The government anticipates awarding at least three Indefinite delivery/indefinite quantity contracts with at least one award set-aside for small business. Each contract shall consist of a one-year base period with four one-year option service periods. The minimum for each contract is anticipated to be 250K in task orders over the life of a 5-year period. All offerors must be registered in the Central Contractor Registry to be eligible for award. Offerors can contact the CCR by calling 1-888-227-2423. Special Note: In order to be eligible to perform under this contract, the successful offerors must possess or be able to obtain a Department of Defense (DOD) Top Secret facility clearance, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. All personnel providing CAG and CST services must also possess a Top Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Offerors already possessing the necessary facility clearance should submit their appropriate Commercial and Government Entity (CAGE) Code with their proposal. If a selected offeror does not possess the necessary facility clearance, the Department of State will sponsor the firm for a facility clearance. Sponsorship does not guarantee that the firm will receive the clearance. A period of up to 90 calendar days from the date of final selection of the final offeror(s) will be allowed for the selected firm(s) to obtain the necessary facility clearance. After this period, the Government may, at its discretion, consider awarding the contract to another firm. Firms which form joint ventures must also comply with the above facility clearance and personnel security clearance requirements. This is not a Request for Proposal. The estimated issue date for the Request for Proposals is on or about November 17, 2004 and a modification shall be issued to this announcement requesting a proposal from all interested parties.
 
Place of Performance
Address: U.S Department of State, 1701 North Fort Myer Drive, Arlington, Virginia
Zip Code: 22209
Country: USA
 
Record
SN00718469-W 20041210/041208211728 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.