Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

N -- Overseas Installation Services - 100% Small Business Set-Aside

Notice Date
5/16/2011
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
SAQMMA11R0188
 
Point of Contact
Maxine R. Hodges, Phone: 703-312-3676, Andrew J. Lloyd, Phone: 703-312-3675
 
E-Mail Address
hodgesmr@state.gov, lloydaj@state.gov
(hodgesmr@state.gov, lloydaj@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is made in accordance with FAR Part 5.203 and will account for the 15 day pre-solicitation issuance requirement. The anticipated release date for the solicitation is June 1, 2011. The Department of State (DOS), Bureau of Diplomatic Security (DS), Office of Security Technology (ST), Facility Security Engineering Division (FSE), Project Management Engineering Branch (PME) has a requirement for a qualified contractor to provide technical security installation services for the 285 diplomatic and consular posts around the world. The contractor will need to possess an expert knowledge of Technical Security Systems (TSS) and be able to plan, schedule and manage the overall process of performing multiple Technical Security Upgrade (TSU) projects of varying complexities simultaneously at numerous locations worldwide. The Contractor shall utilize commercial best practices and industry-proven operational techniques to continually improve technical security capabilities and ensure a safe working environment for the Department's conduct of diplomacy. The objectives are for the PME Contractor to: •Improve its current business model and processes to ensure the technical security evaluations and upgrades are prioritized, both the selection of post and systems upgraded, in alignment with DOS mission priorities; •Continually improve technical security capability to reduce security vulnerabilities and ensure a safe working environment for the U.S. foreign affairs community; •Meet customer requirements for quality, timeliness, and cost efficiency; •Enhance customer service by coordinating project activities to minimize interference with post activities, and •Manage costs effectively to ensure that limited funding can serve as many posts as possible. This contract will be unique in that the chosen PME contractor shall work seamlessly with the Supply Chain Management (SCM) services contractor and technical support teams to ensure future demand is accurately forecasted and TSS and TSU are installed properly and on-time to decrease security vulnerabilities. Each Contractor shall be required to collaborate to create the most effective and efficient support organization for meeting ST goals. In order to ensure that product delivery is coordinated appropriately with apt installation, Associate Contractor Agreements (ACA) shall be required. ACAs shall be applicable for any portion of the contract that necessitates joint participation in the accomplishment of the Government's requirement. The anticipated period of performance is one (1) base year and four (4) one-year options. This requirement will be solicited as 100% small business set-aside and the contract type is to be determined. The Government reserves the right to issue Firm Fixed Price (FFP) Task Orders for specific tasks approved by the Contracting Officer. Contractor performance will be measured in accordance with the metrics specified in each task order. The contract will be awarded utilizing the best value trade-off source selection methodology. This means that the offeror's plan of operation is more significant than cost. As technical merit of the Offeror's proposals become more equal, the evaluated cost or price may become the determining factor. The National American Individual Classification Standard (NAICS) code for procurement is 561621, Security Systems Services (except Locksmiths). The contractor will be required to possess a TOP SECRET Facility Clearance at the time of proposal submission. After the solicitation has been posted, a date will be set for Vendor Questions to be proposed in writing to the Contract Specialist. Proposals are due 30 days after the solicitation has been posted. The contract will be awarded within approximately forty-five (45) days after proposal submission. All announcements and amendments made to the solicitation will be posted on FedBizOpps. To receive updates, click on "Register to Receive Notification. This pre-solicitation announcement is for notification purpose only. Do not submit any information in response. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the Central Contractors Registry (CCR) in order to be eligible for award. A pre-proposal conference for all interested vendors is anticipated. The date, time and location of the conference will be announced through a posting on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0188/listing.html)
 
Place of Performance
Address: State Annex-24, 5800 Barclay Drive, Alexandria, Virginia, 22315, United States
Zip Code: 22315
 
Record
SN02448961-W 20110518/110516234736-af71c4c0dc9ca330c8c30f655a3bcc2c (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.