Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
MODIFICATION

99 -- National Security Officer Program Central Service Area

Notice Date
1/18/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-471 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-11-R-00024
 
Response Due
2/16/2012
 
Archive Date
3/2/2012
 
Point of Contact
Charles Lingafelt, 202-385-6691
 
E-Mail Address
charles.lingafelt@faa.gov
(charles.lingafelt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
** Amendment 002 is to inform industry of a two week delay in the release of the Question and Answer (Q&A's) responses. The Q & A's will now be published on Wednesday, February 1, 2012. Amendment 002 also provides the rescheduled date information for the interested bidder's teleconference. The teleconference is now scheduled for Thursday, February 2, 2012, at 2:00 p.m., EST. The dial in number and passcode for the teleconference remains the same as stated in the original posting. Finally, Amendment 002 includes a revised Section L - Instructions, Conditions and Notices to Offerors and updates the proposal response date to no later than 2:00 p.m. Eastern Time on Thursday, February 16, 2012. The prior document "Section L" is replaced in its entirety by Section L - Amendment 002.** ** Amendment 001 adds all Attachment J.3 Post Exhibits for sites included in this solicitation. These documents identify the required staffing levels for each facility. Please note the acknowledgement requirements found in item 11 of this amendment. ** The Federal Aviation Administration (FAA) Air Traffic Facility Security Risk Management Program (FSRM) office has a requirement for security officer services throughout the continental United States, Alaska, Hawaii and U.S. Territories. These services are being procured in order to provide physical security safeguards for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage and terrorism. Scope of Effort: This Screening Information Request/Request for Offer (SIR) is for Security Officer (SO) Services within the Central Service Area. A complete listing of included facilities can be found in Section B of the SIR. The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide SO services in accordance with the stated requirements. The Contractor must implement all necessary scheduling and personnel and equipment control procedures to ensure timely accomplishment of all SO service requirements The principle North American Industry Classification System (NAICS) code is 561612 Security Guard and Patrol Services with a size standard of $18.5 million. In order to provide opportunities for the small businesses and to ensure the FAA requirements are met, the acquisition strategy for this procurement includes the use of a tiered evaluation of offerors with the following tiers: I.8(a) CompaniesII.SDVOSBIII.Small BusinessesIV.Large Businesses (1) Tiered evaluation of offers is a process by which FAA promotes small business participation while providing the FAA a means to continue the procurement if small business participation is insufficient. () The FAA may use tiered evaluation of offers to promote competition in each tier of small business concerns while still allowing other than small business to participate without issuing another SIR. (3) The FAA will consider the tiers of small business concerns prior to evaluating offers from other than small business concerns. All business classifications will be encouraged to submit offers for this SIR. The FAA will proceed with the evaluation of offerors and award within the lowest tier found to contain adequate competition among technically acceptable offers. An offer is considered technically acceptable if: 1) The offer is not grossly or obviously deficient; and2) The offer receives at least a marginal evaluation rating in the management, technical and past performance factors. Adequate competition exists when at least two offers are compared. If only one proposal is received in a lower tier, this offer from a lower tier may compete with higher tiered submissions in order to achieve adequate competition Each offeror may be considered as a prime contractor for only one Service Area (SA) award but has the ability to pursue subcontracting opportunities on any service area awards without restriction. The FAA will only recognize one Prime Contractor per offer. In accordance with AMS clause 3.6.1-7 Limitations on Subcontracting at least 50% of the work must be performed by employees of the Prime contractor Award for awards made under the first three tiers. The resulting award will be Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) with one Time and Material (T&M) Contract Line Item (CLIN) and a period of performance of one base year and four one year options to begin on October 1, 2012. In order to maximize competition and to address concerns raised by the vendor community, significant changes have been made to the SIR since it was released in draft form on June 15, 2011. The largest concentration of changes can be found in Section C, Statement of Work (SOW), and in Section M, Evaluation of Offers. As part of the FAA Small Business Conference, a briefing was presented on July 18, 2011 that provided attendees an overview of the program contract strategy for the National Security Officer Program. This briefing is also attached to this announcement. Questions or comments pertaining to this SIR must be submitted in written form via email to Charles Lingafelt, Contract Specialist, at charles.lingafelt@faa.gov no later than 2:00 p.m., January 5, 2012. Questions and responses that clarify the SIR may be provided to all Offerors; however the source of the questions will not be identified. The FAA plans to publish responses to questions on February 1, 2012, and host a teleconference with interested parties on February 2, 2012, at 2:00 p.m. EST. Due to the limited availability of dial in access lines, interested parties are requested to limit representation to one dial in access per company. Teleconference details are as follows:Dial In: 202-493-4180 Passcode: 8176 Please be advised, Attachment J.2, Facility Post Orders, and J.3, Facility Post Exhibits, are being distributed in a generic format. Due to the sensitivity of the site specific information associated with Attachment J.2, Facility Post Orders, Sensitive Unclassified Information (SUI) will be released to the awardee. All responses to this SIR must follow the submission instructions found in Section L of the SIR, reference the solicitation number and be submitted to the following address: Federal Aviation Administration950 L'Enfant Plaza South, SW Suite 300, WS 89Washington, D.C. 20024ATTN: Charles Lingafelt(Contact Mr. Lingafelt at 202-385-6691 when delivering) All submissions must be received by 2:00 p.m. Eastern Standard Time, Thursday, February 16, 2012. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Facsimile and Email submittals of proposals will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-11-R-00024/listing.html)
 
Record
SN02656185-W 20120120/120118234356-b3a9a8c9a417d07b5484d09b6079c278 (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.