MODIFICATION
63 -- Technical Security Services
- Notice Date
- 5/8/2007
- Notice Type
- Modification
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SALMEC-07-R-0030
- Response Due
- 5/29/2007
- Archive Date
- 7/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 9: SALMEC-07-R-0030 is amended to read as follows: A.1) B.1. Line Item Explanations, CLIN 0001AA-ELECTRONICS TECHNICIAN - TEAM LEADER (S) Regular Rate. Burden rates for services provided by Electronics Technician Team Leader instead of Electronics Technician. 2) B.1. Line Item Explanations, CLIN 0001AB-ELECTRONICS TECHNICIAN (S) Regular Rate. Burdened rates for the services provided by an Electronics Technician instead of Electronics Technician-Team Leader. 3) B.1. Line Item Explanation, CLIN 0001AD-ELECTRONICS TECHNICIAN (s) Urgent/Emergency Rate. Burdened rates for the services provided by an Electronics Technician instead of an Electronics Technician-Team Leader.*************************************************** B. The following is stated: 1. J.16 Other Than Cost Spreadsheet (Attachment J.16) may be modified as long as it shows a complete breakdown of each labor category's burdened hourly rate. 2. Section L.3, 652.228-70 Defense Base Act-Covered Contractor Employees (JUNE 2006) questionnaire on page 111 shall be submitted in the proposal as number 13 in the Table of Contents titled 652.228-70 Defense Base Act-Covered Contractor Employees (JUNE 2006). 3. Exhibit 11, Attachment 3 on page 141, has a five (5) page limit. 4. Section L, L.10 52.237-10 Identification of Uncompensated Overtime (OCT 1997) is deleted.********************************************************* SYNOPSIS: The U.S. Department of State Office of Overseas Buildings Operations (OBO) intends to award a Fixed Price, Performance Based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for installation of technical security systems (i.e. including alarm, door control, Closed Circuit Television (CCTV), public address, x-ray, metal detection, explosive detection and intercom systems) at Department of State diplomatic missions, embassies and consulates worldwide. The Government intends to solicit this requirement as a Total Small Business Set-Aside using acquisition procedures outlined in FAR Part 15. Due to time constraints, the offeror shall have a Top Secret Security Facility Clearance or Interim Top Secret Security Facility Clearance at the time of proposal submission. Firms must also have the capability of providing DSS Safeguarding and the capability of providing a DSS approved classified computer system. The Government intends to award up to two (2) contracts to responsible offerors whose proposals conform to the requirement of the solicitation and are evaluated as being the Best Value to the Government, cost or price and other factors considered. The proposed performance period shall be one (1) base year and four (4) one year option periods (which shall be exercised at the sole discretion of the Government). The North American Industry Classification (NAICS) code for this procurement is 238210, Electrical Contractors and the small business size standard is $13.0M. The solicitation will be issued on or about February 26, 2007. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Offerors shall check FEDBIZOPPS.GOV daily to keep abreast of all updates (amendments) concerning this requirement.
- Place of Performance
- Address: U.S. Department of State, 1701 N. Ft. Myer Drive, Arlington, VA
- Zip Code: 22209
- Country: UNITED STATES
- Zip Code: 22209
- Record
- SN01289530-W 20070510/070508220356 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |