Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

S -- Security Services

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
Reference-Number-PFPA-0538-SV-100
 
Small Business Set-Aside
Total Small Business
 
Description
Washington Headquarters Services Acquisition and Procurement Office (WHS/A&PO) in support of the Pentagon Force Protection Agency (PFPA) requires Security Services for the Pentagon Reservation and other DoD buildings and facilities under PFPA?s purview in and around the National Capital Region (NCR) as replacement and/or follow-on contracts for those currently in place. In accordance with DoD guidance, the new contracts will be performance-based contracts which place the responsibility for management, quality control and successful performance of the work exclusively on the contractor; the contract(s) will provide for scheduled and unscheduled formal evaluations by Government personnel to document performance successes or shortfalls as measured against standards established and incorporated in the contract and to ensure that positive and negative incentives are applied in an equitable and timely manner in accordance with the contract terms and conditions. The Government intends to issue one solicitation and award five separate firm fixed price contracts. The five contracts will each have a geographical designation for five separate locations within the NCR. The Period of Performance for each contract will be a base period of 12 months with two (2) option periods and with the opportunity to earn additional option periods for documented superior performance of security services. The estimated dollar magnitude for each geographical designation is between $23 and $33 Million for the entire period of performance including all option periods. The NAICS Code for this proposed procurement is 561612 (annual size standard is $10.5 Million). All five contracts are set aside 100% for small business. A contractor may receive more than one award, however the Government reserves the right to limit the number of awards to any individual contractor based on the Government?s assessment of the offeror?s capability and capacity to manage and perform multiple contracts at multiple locations. The Government will entertain innovative business affiliations such as joint ventures, SBA approved mentor-prot?g? arrangements, partnerships, teaming, subcontracting, and other business arrangements that enhance the offeror?s capability to successfully meet the requirements of the solicitation while increasing the Government?s confidence level in the ability of the offeror to perform the requirements of the work statement with minimal risk of non-performance. The Government requires world class providers of security services that can demonstrate the following: a proven track record of verifiable experience in performing similar and relevant projects or contracts of like magnitude; rigorous management practices and controls, including a robust quality control plan and program that ensures the highest quality service; an effective, documented safety program and a record of superior past performance on contracts of similar complexity and magnitude to assure the Government of the firm?s ability to deliver the most professional and reliable service possible. The offeror(s) shall provide all management, supervision, labor, and material/equipment (except that specified as Government Furnished) necessary to provide security services in support of PFPA?s mission. The basic mission is to provide security for assigned facilities and to ensure a safe environment for all personnel including DoD/WHS employees, official guests and visitors within the assigned buildings and facilities. Some of the tasks associated with these contracts include: preventing unauthorized access to facilities; maintaining order in assigned buildings; deterring, recording and reporting criminal activity in and around all assigned DoD/WHS controlled facilities; access control (ID check); foot/area patrols; building and grounds security; and safeguarding classified Government information and materials located at DoD/WHS owned, leased, or controlled facilities throughout the Pentagon Reservation and the NCR. This requirement includes the services of both armed and unarmed security officers; all officers will be required to obtain Security Clearances. Potential offerors are notified that physical examinations and drug testing of all security officers are required in accordance with PFPA rules and regulations. This requirement is being solicited in accordance with FAR Part 12 ? Acquisition of Commercial Items and Source Selection procedures found in FAR Part 15 will be used to determine the Best Value solution to providing these services. Anticipated Evaluation Factors are: Management and Technical Approach, to include the offeror?s Quality Control plan and program; Past Performance; and Price. The solicitation will be published on the FedBizOpps website http://www.fedbizopps.gov/ on or about September 19, 2005. A pre-proposal conference will be held within ten working days after publication of the solicitation. Detailed information about the pre-proposal conference will be available as soon as the solicitation is published. We encourage interested firms to register on the Interested Vendors List on FedBizOpps under the solicitation number. All announcements or changes to the intended publication date, the solicitation, and any other information concerning this procurement will be conveyed via the FedBizOpps site. Interested parties should ensure that their information in Central Contractor Registration http://www.ccr.gov/ and the associated Small Business Administration website is accurate and current. Vendors should not respond to this pre-solicitation announcement. The Government will not pay for effort expended in responding to this notice. POCs for this solicitation are Anissa Burley, anissa.burley@whs.mil and Karen Rooney, karen.rooney@whs.mil. Contracting Officer is Donna Truesdel, donna.truesdel@whs.mil
 
Place of Performance
Address: 1155 DEFENSE PENTAGON, RPN 12063, WASHINGTON DC
Zip Code: 20301-1155
Country: UNITED STATES
 
Record
SN00881022-W 20050828/050826213342 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.