Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOLICITATION NOTICE

S -- Protective Security Officer Services

Notice Date
1/17/2012
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQEC-12-R-00006
 
Point of Contact
Lauren M. Walding, Phone: 2155212279, Michelle A. Duffy, Phone: 2155212257
 
E-Mail Address
lauren.walding@dhs.gov, michelle.duffy@dhs.gov
(lauren.walding@dhs.gov, michelle.duffy@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Department of Homeland Security, Federal Protective Service, East Consolidated Contracts Group, intends to procure armed protective security services at the following Maryland sites: 6000 and 6351 Ammendale Road, Beltsville, MD and 1515 Cabin Branch Road, Landover, MD. This requirement is being solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, Requirements contract with Fixed Price orders will be established as a result of the solciitaion. The contract will consist of 12 month base ordering period followed by four 12 month optional ordering periods with an additional six month optional ordering period pursuant of FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $18.5 Million. As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports and files necessary to accomplish the requirement. The RFP shall require the submission of a technical proposal as well as a price proposal. All proposals received from industry will be evaluated using Best Value/Trade-Off procedures. The technical factors are listed in descending order of importance and, when combined, are significantly more important than price: Relelvant past Performance and Management Approach. This requirement is being set-aside for an 8(a) firm. A Pre-Proposal Conference will be held at FPS CCG in Philadelphia approximately a week after the issuance of the solicitation. All contractors must be registered ( http://www.ccr.gov ) in the Central Contractors Registration (CCR). Further, offerors are required to go on-line to the Business Partner Network at http.orca.bpn.gov to complete their Online Representations of Certifications Applications (ORCA) prior to submittal of a proposal. For questions regarding this announcement, please contact Lauren Walding who can be reached at 215-521-2279 or via e-mail at lauren.walding@dhs.gov. A copy of the post exhibit (RFP, Section D, Attachment 2(a) and 2(b)) will be provided upon a request from the offeror to the Contract Specialist. A non disclosure agreement will need to be completed prior to the release of the post exhibit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a2d4ac5db780104aeef8a0c19d13f27)
 
Record
SN02655602-W 20120119/120117234533-9a2d4ac5db780104aeef8a0c19d13f27 (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.