Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
MODIFICATION

R -- The Worldwide Protective Services (WPS) program provides comprehensive protective security services to support U.S. Department of State operations around the world. - Amendment 1

Notice Date
6/4/2010
 
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
SAQMMA10R0005-A
 
Point of Contact
Thomas C. Lemole, Phone: 1-703-875-5852, Sharon D James, Phone: 7038756077
 
E-Mail Address
lemoletc@state.gov, jamessd@state.gov
(lemoletc@state.gov, jamessd@state.gov)
 
Small Business Set-Aside
N/A
 
Description
DOS is pleased to present the attached Documents revised by SAQMMA10R0005-A Amendment 01. 06/04/2010: DOS is pleased to present the revised documents associated with amendment 01. Please find the attached files including the SF-30, which provides further details concerning the amendment. DOS hereby extends the solicitation response date to Monday, June 21, at 5:00 PM EST. Prospective Offerors shall contact Thomas C. Lemole through email (LemoleTC@State.Gov) for instructions concerning the revised versions of the restricted solicitation documents. END 06/04/2010 Posting. This notice replaces the previous posting associated with SAQMMA10R0005. The Department of State (DOS) removed the previous www.fbo.gov posting associated with SAQMMA10R0005 for administrative convenience. DOS still considers SAQMMA10R0005 as an active solicitation and all dates and timelines including the mandatory synopsis period remain in effect. DOS will now consider requests to attend the mandatory preproposal conference received by 1:00pm EDT Monday April 26. NOTICE OF PROPOSED SOLICITATION (Posted April 15, 2010) Worldwide Protective Services (WPS) The U.S. Department of State (DOS) intends to award a multiple award Indefinite Delivery, Indefinite Quantity contract (IDIQ) to up to six (6) qualified U.S. firms. DOS anticipates issuing Task and Delivery Orders under the IDIQ comprised of labor hour / day rate, firm-fixed price, and cost-reimbursement components. This IDIQ will satisfy anticipated and unanticipated personal protective, static guard, and emergency response team security service requirements worldwide. The IDIQ focuses primarily on DOS requirements in critical or higher than critical threat areas. The anticipated period of performance is one year with four, one-year option periods (to be exercised at the sole discretion of the Government). The NAICS code for these services is 561612. At a minimum, offerors must possess ALL of the following listed below: A. A valid Final Secret Facility Security Clearance at the time of proposal submission for the base contract. If a firm with a valid Final Secret Facility Security Clearance is selected for award of the base contract, the Government will sponsor that firm for the Top Secret Facility Clearance. However, if for whatever reason, within 60 days of contract award, the firm has not been granted an Interim Top Secret Facility Security Clearance, DOS reserves the right to terminate the contract. Similarly, if for whatever reason, within 120 days of contract award, a final Top Secret Facility Security Clearance has not been granted to the contractor, DOS reserves the right to terminate the contract.; and B. Have at least two years of experience in managing and operating personal protective, static guard, and emergency response security services programs located in austere and hostile environments overseas (i.e. Iraq, Afghanistan, Pakistan, etc); and C. Personal protective, static guard, and emergency response security programs must have a total annual value of at least 15 million dollars; and D. Programs must include at least two projects that include managing and operating guard forces with at least 100 positions (posts) at each location, in multiple locations (different facilities, cities, states, regions, etc.); and E. Programs must include at least two projects that include managing and operating long term personal protective security details for executive level dignitaries; and F. Programs must include at least two projects that include managing and operating emergency response teams comprised of at least four members. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirements contained in the statement of work for each task order awarded under the IDIQ contract. All contracted personnel, regardless of nationality, will be required to pass background investigations conducted separately by the Contractor and the U.S. Government to certify their suitability to work under this contract. Depending on position, all prime and subcontractor employees performing on this contract must possess either a personnel security clearance or a moderate-risk public trust certification, or have been vetted by the Regional Security Office at the U.S. Embassy where performance is requested (for instance U.S. Embassy Baghdad or Kabul). Firms that are not eligible for a facility security clearance are NOT ELIGIBLE for award of this contract as the prime contractor, nor can they be selected as a subcontractor if the positions require a personnel security clearance for contract performance. SPECIAL NOTES: 1) All International Traffic in Arms Regulations (ITAR) and other legal requirements shall be met at the time of contract award. DOS reserves the right to terminate the contract of a company that is not ITAR compliant. Contractors shall submit proof of ITAR compliance at the time of contract award; and 2) DOS reserves the right to reject the proposal of any Offeror that the Government of Iraq or Afghanistan deems ineligible for a Private Security Contractor license, or that is ineligible for any reason to operate as a Private Security Contractor in Iraq or Afghanistan. Contractors shall submit proof of their legal ability to perform in any country where they are awarded work. Anticipated Acquisition Schedule DOS plans to post the complete Request for Proposal to www.fbo.gov approximately fifteen (15) days after this notice, no paper copies will be mailed. Once the solicitation is posted, offerors will have approximately sixty (60) days to submit a proposal for the IDIQ contract award along with four (4) task order proposals consisting of three (3) operational programs and a local program management office. The three operational programs include: a static guard and emergency response team requirement in Baghdad, Iraq, a static guard and emergency response team requirement in Kabul, Afghanistan, and a personal protective security service requirement in Jerusalem. DOS intends to award LPMO Task Orders concurrently to firms that are selected for award of an operational task order. Offerors who do not submit proposals for the IDIQ and all the Task Orders will not be considered by the Government for award. Offerors will also be required to submit a completely separate proposal detailing expenses to establish an LPMO in the Washington, DC metropolitan area. Under this multiple award IDIQ contract, all offerors receiving awards SHALL propose 100% of the time on all task and delivery order requirements throughout the life of the contract. The Government reserves the right to terminate any contractor for default who fail to conform to this requirement. DOS anticipates contract award approximately sixty (60) to seventy-five (75) days after submission of proposals. As such, offerors shall certify that all proposals SHALL NOT EXPIRE for a minimum of one hundred twenty (120) days after submission to the Government. The Question and Answer (Q &A) period opens with the posting of the solicitation (and not before). The Government will allow interested parties to submit questions to the Government up to April 26, 2010; 1:30 PM EDT after the solicitation is issued. DOS intends to address as many of the industry questions as possible during the pre-proposal conference. DOS will post the answers to any questions not addressed during the pre-proposal conference via www.fbo.gov at a later date. Parties attending the pre-proposal conference may submit questions in writing at the end of the conference. Interested parties may submit additional questions up to May 12, 2010; 5:30 PM EDT. DOS will post answers to questions received at the conference and any additional questions via www.fbo.gov. Attendance at the site visit/preproposal conference is MANDATORY. DOS will reject proposals received from offerors who did not attend the site visit/preproposal conference. DOS intends to hold the conference in the Rosslyn area of Arlington, VA on Tuesday April 27 and Wednesday April 28. Offerors interested in attending must preregister by Monday 4:00pm Friday April 25, 2010. All interested parties SHALL FOLLOW-UP the e-mail correspondence with a phone call to Thomas C. Lemole at (703) 875-5852 to confirm receipt of the e-mail and to receive additional details and instructions concerning the site visit/preproposal conference. No more than three (3) representatives from each firm (to include potential subcontractors) may attend the site visit/preproposal conference. Interested parties SHALL BE READY to give Thomas C. Lemole notice of their interest by providing the name of the representative (s) who will attend the conference, name of the representing firm, address of the firm, telephone number of each person attending and Cage Code of the firm that will be the primary contractor. Each attendee of the conference SHALL PRESENT TWO FORMS OF PICTURE IDENTIFICATION confirming identity. Those representatives unable to present two forms of identification SHALL BE TURNED AWAY at the door. Preregistration is MANDATORY. Interested parties who do not preregister WILL BE TURNED AWAY at the door. Offerors are solely responsible for ALL expenses resulting from this announcement (i.e. travel, lodging, per diem, proposal costs and other miscellaneous expenses, etc.) and are responsible for confirming all dates specified in this synopsis by immediately checking the solicitation when posted on www.fbo.gov to see if there are any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0005-A/listing.html)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN02168662-W 20100606/100604234724-9f9487ed8eae82f08b4cf58fdd422d21 (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.