Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
MODIFICATION

35 -- Security Guard Services - Open House Site Visits Information in Attachment - Site Visit Information

Notice Date
7/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-16-R-PFP021
 
Point of Contact
Joe Tallent, Phone: 2024755539, Nate Dolezal, Phone: 2024753706
 
E-Mail Address
joe.b.tallent@uscg.mil, Nate.Dolezal@uscg.mil
(joe.b.tallent@uscg.mil, Nate.Dolezal@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Site Visit Information 1. Overview. The United States Coast Guard (USCG) has a requirement to obtain security guard services. The work will be performed at various USCG installations, units, bases, and facilities, within the United States and U.S. Territories within the USCG's area of responsibility (AOR). The specific places of performance are indicated in Attachment One (1), the "DRAFT Performance Work Statement" (PWS). The Government's intent is to award up to two, multiple award, Firm Fixed Price (FFP) commercial, IDIQ contracts that are anticipated to be set aside for eligible 8(a) concerns per FAR 52.219-18. The anticipated period of performance for this support services requirement is a one-year base period from 01 April 2017 through 31 March 2018, with four one-year option periods. The North American Industry Classification System (NAICS) code for this requirement is 561612. There will be seven (7) "open-house" site visits between the period of Monday, July 18th, 2016, and Friday, July 29th, 2016. The "open-house" format means that offerors who have pre-registered and have been cleared by security will be able to attend the site visit during the designated hours and days to examine the site. Each site visit will consist of a general tour around the sites themselves. Locations of all seven sites along with dates and times of the tour are provided in Attachment Two (2), "Location Tour Chart". 2. Registration. Only a representative from potential 8(a) prime offerors may request site visits. Each 8(a) prime offeror may bring up to three (3) people per site visit. The three (3) individuals may be affiliated with the potential 8(a) prime offeror itself or its planned subcontractor(s), but the overall number of people must be three (3) or less. To request a site visit, the Facility Security Officer (FSO) from the potential 8(a) prime offeror must fill out the Attachment Three (3), "Visit Authorization Request Template" for the individuals attending and send it via email Password Protected to the CG Office of Security Management and Policy POC, Ms. Breanna Palmer, at Breanna.Palmer@uscg.mil On the Visit Authorization Request, the offeror should fill out only the following areas: (a) "FROM: (COMPLETE ADDRESS OF REQUESTING ACTIVITY)" (b) "PURPOSE OF VISIT" (c) "NAME, RANK, TITLE OR POSITION, SOCIAL SECURITY NO." (for each visitor) (d) "DATE AND PLACE OF BIRTH" (for each visitor) (e) "NATIONALITY (CHECK ONE)" (for each visitor) (f) "LEVEL OF SECURITY CLEARANCE" (for each visitor The site survey is a Sensitive But Unclassified (SBU) event. A security clearance is not required. However, all participants shall complete Attachment Four (4), a Non-Disclosure agreement (DHS 11000-06). The FSO shall submit these forms when submitting the Visit Authorization Request. The representative must list which of the seven sites they will be participating in for the site visits. Offerors do not have to attend any site visits. Offerors may attend some of the site visits or all of them. The subject line of the email should begin with "Site Visit Request for [Insert Prime Offeror Name]". Both Attachment Three (3) Visit Authorization Request and Attachment Four (4) Non-Disclosure Agreement must be submitted to the POC, Mrs. Breanna Palmer no later than three business days prior to the tour date for each location indicated in Attachment Two (2) Location Tour Chart. 3. Clearance Once the completed security forms have been received, the contracting officer will be in touch with the representative who submitted the forms to provide updates and final confirmation (if applicable). Only cleared individuals will be allowed to attend site visits. 4. Parking Each site has limited on-site parking. Attendees are strongly encouraged to carpool and use (1) car. 5. Walking and Accessibility Each site visit will involve walking around the sites themselves. Should offerors need to make separate accommodations (e.g., handicap accessibility concerns), they should be brought to the attention of the contracting officer in the email requesting site visits. 6. Food and Drink USCG will not be providing food and drinks for offerors. Offerors are discouraged from bringing food to each site visit, but may bring water. 7. Start Times and End Times Offerors must be at each site and ready to begin the site visit at the time listed in the "Tour Start Time" column of the chart in Attachment Two (2). Offerors arriving after that time risk not being allowed to attend the site visit. 8. Questions and Answers. During the tour, offerors may ask site-specific, factual questions, such as the site layout, what a piece of equipment is and its purpose, etc. Offeror should not ask solicitation-specific questions, such as requests for proposal due date extensions, clarification on provisions and clauses, etc. Solicitation-specific questions will not be answered during the site visit. Instead, offerors should use Attachment Five (5), "Questions and Answers Excel File", form to email those questions to the Contracting Officer, Mr. Nathan Dolezal, at nate.dolezal@uscg.mil and Chief Warrant Officer (CWO) Joe Tallent, at joe.b.tallent@uscg.mil. 9. Travel Costs. The offeror and its subcontractors shall bear the full travel costs for each site visit. 10. Attachments. (1) DRAFT Performance Work Statement (PWS) (2) Tour Location Chart (3) Visit Authorization Request (4) Non-Disclosure Agreement (DHS Form 11000-06) (5) Questions and Answers Excel File This Presolicitation Notice does not constitute an RFP or a promise to issue an RFP in the future. This Presolicitation Notice does not commit the Government to contract for any supply or service whatsoever. Further, the USCG is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the USCG will not pay for any information or administrative cost incurred due to the posting of this Presolicitation Notice. Not responding to this Presolicitation Notice does not preclude participation in any future RFP. If a solicitation is released, it will be issued via the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Presolicitation Notice or a future RFP. The information provided in this Presolicitation Notice and any future changes to the Presolicitation Notice are subject to change and are not binding on the USCG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-R-PFP021/listing.html)
 
Place of Performance
Address: Specific locations are indicated in Attachment Two - Location Tour Chart, United States
 
Record
SN04174443-W 20160709/160707235435-7a3b23f06b023bbb3b40642b4667fde6 (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.