Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
MODIFICATION

S -- LOCAL GUARD PROGRAM LILONGWE

Notice Date
1/4/2010
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0080
 
Archive Date
5/31/2010
 
Point of Contact
Larry A. Pruitt, Phone: 5713452359, Kelly M Bracey, Phone: 703-875-6298
 
E-Mail Address
PruittLA@state.gov, braceykm@state.gov
(PruittLA@state.gov, braceykm@state.gov)
 
Small Business Set-Aside
N/A
 
Description
** A SITE VISIT HAS BEEN SCHEDULED FOR JANUARY 21, 2010. THE RECEIPT DATE OF PROPOSALS HAS BEEN CHANGED TO MARCH 5, 2010. ** THIS SOLICIATION FOR LOCAL GUARD SERVICES - LILONGWE, MALAWI REPLACES CANCELLED SOLICITATION SAQMMA09R0332 The United States Department of State (DOS) has a requirement for a qualified Contractor to provide local guard services at the U.S. Embassy Lilongwe, Malawi. The Embassy requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in this Performance Work Statement (PWS). The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. The U.S. Department of State intends to award a time and materials contract, with firm-fixed price and cost reimbursable elements, for local guard services, on behalf of the U.S. Embassy Lilongwe, Malawi. The Government will solicit this requirement as a full and open competition using acquisition procedures outlined in FAR Part 15. The Government plans to award one contract as a result of this acquisition. Anticipated period of performance is one base year and four one-year options, which shall be exercised at the sole discretion of the Government. The estimated number of annual hours for guard services at this location is approximately 876,332 hours. All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify theirsuitability to work under this contract. The Project Manager must possess a Level 3 language proficiency, which requires an ability to speak English with sufficient structural accuracy and vocabulary to participate effectively in most formal and informal conversations on practical, social, and professional topics. The approximate acquisition schedule is as follows: the synopsis will be posted for approximately fifteen (15) days. On or about December 30, 2009, the Government plans to post the solicitation. No paper copies will be mailed. Once the solicitation is posted on FedBizOpps, the offerors will have approximately sixty (60) days to submit proposals. A contract is expected to be awarded approximately forty-five (45) days after proposal submission. All dates are subject to change. The Question and Answer (Q&A) period opens with the posting of the synopsis and will continue until fifteen (15) days before proposals are due. Offerors may inquire about security risks by specific countries during this period. The solicitation, when finalized, will be available on the Internet at www.fedbizopps.gov. All announcements and amendments made to the solicitation will be posted at www.fedbizopps.gov. To receive updates, click on “Register to Receive Notification”. Offerors are requested to provide notice of their interest in the solicitation (i.e., name of representative, name of firm, address) to Larry Pruitt Jr. at PruittLA@state.gov. PHONE CALLS WILL NOT BE ACCEPTED. All proposals from responsible vendors will be evaluated if received on time. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The contract will be awarded to the offeror who submitted a technically acceptable proposal with the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0080/listing.html)
 
Place of Performance
Address: U.S. Embassy Lilongwe, Malawi, Malawi
 
Record
SN02034559-W 20100106/100104235815-fc47151c62fd0d29afc102bc98a20f50 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.