Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

S -- Solicitation/Partial Small Business Notice for Construction Security Guard Monitoring Services

Notice Date
1/21/2010
 
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
SAQMMA10R0022
 
Archive Date
1/22/2010
 
Point of Contact
Tandra A. Jones, Phone: 703-875-4230
 
E-Mail Address
jonesta3@state.gov
(jonesta3@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Description: The U.S. Department of State (DoS) intends to conduct a competitive procurement for a contractor(s) to provide construction security monitoring services at overseas and domestic Department of State (DoS) construction sites and storage areas. DoS requires Site Security Personnel (SSP) support services at various domestic and overseas facilities to detect unauthorized access to internal controlled areas, to deter the introduction of unauthorized materials to the site, and to surveil the activities of un-cleared construction workers to prevent the implantation of clandestine surveillance devices or systems into the structure being constructed or its surroundings. Four types of SSP may be required: 1) Cleared American Guards (CAG), 2) Construction Surveillance Technicians (CST), 3) Team Leaders, and 4) Site Security Coordinators (SSC). There is currently no known requirement for construction security monitoring services at any domestic locations. However, if a domestic need for these services should arise, DoS may also acquire the necessary services under this contract through issuance of delivery/task orders, which will specify locations and will include any provision and/or instructions applicable to work within the United States. DoS plans to award multiple Labor-Hour, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for base and (4) four one-year option years. The IDIQ awards will be made to the responsive offerors, whose proposals conform to the solicitation, and will offer the “Best Value” to the government, whereas technical factors are more important than cost. One award will be set aside for small business should a small business be found capable. To qualify as a small business under the NAICS code, 561612, the small business size is the average annual receipts of no more than $18.5M. Offerors must be registered in the Central Contractors Registration (CCR) database prior to proposal submissions. Offerors may obtain information on registration requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. The Offeror is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government’s reliance on inaccurate or incomplete data. The Request for Solicitation and its attached documents will be posted under Solicitation Number, SAQMMA10R0022, on or around January 21, 2010. Proposal submissions will be due no later than 3:00 PM, EST on February 23, 2010. Security Clearance Requirements: Offerors must possess a Defense Security Service (DSS) Top Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess a TS FCL, as well as the joint venture. Successful offerors shall assign only U.S. citizens who possess current final Top Secret personnel security clearances for performance as Site Security Personnel on this contract. Certain domestic management personnel must possess DSS Secret personnel security clearances. DOS will not sponsor any firm for a facility clearance or facility clearance upgrade from Secret to Top Secret for this solicitation due to time constraints. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A bidders DD Form 254 has been issued with this solicitation. Original Point of Contact: Please send your expression of interest for this work to Tandra Jones, Contracting Officer, Major Support, A/LM/AQM/FDCD/MSB, U.S. Department of State, 1701 N. Myer Drive, Arlington, VA 22209 or e-mail at JonesTA3@state.gov no later than close of business January 19, 2010. Current Point of Contact: Tandra Jones via email at JonesTA3@state.gov or telephone, (703) 875-4230.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0022/listing.html)
 
Place of Performance
Address: Various domestic and international locations, United States
 
Record
SN02046086-W 20100123/100121234519-0de3f55fa56896d20835f42ebb906c99 (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.