Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

S -- DoD Public-Private Competition of Non-Guard Security Support Services at Navy Installations Throughout the U.S., Including Hawaii and Guam, for Commander, Navy Installations Command (CNIC)

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-0554b
 
Archive Date
2/15/2008
 
Description
ADDITIONAL INFORMATION: A REVISED LIST OF EXISTING CONTRACTS and information pertinent to them has been uploaded at http://esol.navfac.navy.mil. POSTPONEMENT: Posting of the 100% RFP/PWS for this competition is hereby POSTPONED UNTIL ON OR ABOUT EARLY NOVEMBER 2007, at http://esol.navfac.navy.mil under solicitation number N69450-07-R-0554. This A-76 standard competition is for Non-Guard Security (NGS) Support Services at Navy Installations throughout the Continental U.S. (CONUS), including Hawaii and Guam. The functional areas for NGS are comprised of the following: commercial and mobile vehicle inspections, explosive detection dog services, pass and identification services (excluding ID Card issuance (Teslin and CAC) via RAPIDS), armory and ready-for-issue services, training, physical security (including crime prevention programs), supply/logistics, administrative support services (including court services support), and surveillance detection. The projected performance periods will include a Phase-In period of four (4) months), an eight (8) month 1st period of full performance, and four (4) twelve (12) month option periods for a total performance period of five (5) years. A performance-based, combination firm fixed price/indefinite delivery indefinite quantity type contract is anticipated. The North America Industry Classification System (NAICS) code for this acquisition is 561612, Security Guards and Patrol Services, with a size standard of $17,000,000. PARTICIPATION IN THIS ACQUISITION IS UNRESTRICTED. However, in accordance with Section 8(d) of the Small Business Act (15 U.S.C. 637(d)), should this solicitation result in subsequent award to a large business, a subcontracting plan will be required prior to award. The Government anticipates receiving proposals approximately 90 calendar days after issuance, and conducting a Pre-proposal conference within approximately 30 calendar days after issuance. Additional details to be contained in the solicitation. Availability of the solicitation will be limited to electronic medium which is available for download at this web site, under the solicitation number. Exception is the Installation References, Instructions and Directives, which will be available on CD-ROM, and provided by U.S. Postal Service upon request to the Contracting Officer. Notification of any changes (amendments) to the subsequent solicitation will be made only on the Internet. It will be the prospective offeror's responsibility to check the website for any posted changes. The official plan holders list will be maintained on and can be printed from the website. A cut-off date for questions pertaining to the solicitation requirements will be published when the 100% solicitation is issued. In accordance with FAR 15.1, the Competitive Sourcing Acquisition Center of Excellence (CSACOE) Charleston, SC will be using the LPTA approach source selection process for this acquisition; please refer to sections L & M of the solicitation, once issued, for details regarding the evaluation criteria and submission requirements. The solicitation will not result in a contract unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential, in accordance with the OMB Circular A-76 (29 May 2003). The conversion differential is a cost that is the lesser of: (1) 10% of the Most Efficient Organizations (MEO) personnel-related costs on Line 1 of the Standard Competition Form (SCF) or, (2) $10,000,000 over all of the performance periods stated in the solicitation. In addition, a contract will not be awarded unless a determination has been made that no competitive advantage is gained by the contractors share contribution to its employersponsored health insurance plan or benefits. As stated in FAR Clause 52.207-3, Government personnel adversely affected by conversion of Government-performed services to contract have the Right of First Refusal for available positions, if qualified.
 
Place of Performance
Address: Nationwide
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01399281-W 20070909/070907222503 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.