Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

S -- Uniformed Protection Div

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0027
 
Archive Date
9/22/2016
 
Point of Contact
Padmavathi Washington-Sicher,
 
E-Mail Address
Washington-Sicherp@state.gov
(Washington-Sicherp@state.gov)
 
Small Business Set-Aside
N/A
 
Description
*************************************************************** Amendment 03 - Amendment 03 *************************************************************** This Pre-solicitation notice number is being replaced by SAQMMA16R715 Solicitation Documents shall be posted under SAQMMA16R715 *************************************************************** Para 4 Text Amendment 01 - Para 4 Text Amendment 01 *************************************************************** ALL INTERESTED OFFERORS SHALL NEED TO: 1. REQUEST EXPLICIT ACCESS VIA FBO ONCE DOCUMENTS ARE UP-LOAD ON FBO ON OR ABOUT 31 AUGUST 2016. 2. THROUGHLY REVIEW PARAGRAPH 4 GIVEN HEREIN AS AMENDED 1. The U.S. Department of State (DoS) has a requirement for a qualified Contractor to provide highly trained and professional security force, hereinafter referred to as the DoS Diplomatic Security (DS), Uniformed Protective Division (UPD), which shall directly support the Domestic Facilities Protection Office (DS/DO/DFP). This requirement is to manage a protection security force to a) Protect life and property, b) Protect and control classified/sensitive information/property, c) Prevent unauthorized access to facilities or other venues under charge of DS; d) Maintain order at DoS facilities or other venues under charge of DS. e) Deter criminal activity and when appropriate, apprehend violators in and around all DoS controlled facilities or other venues under charge of DS nation-wide, to include Hawaii, Alaska, and Puerto Rico (approximately 75 or more physical geographic locations). 2. The Contractor shall be expected to provide their organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in the solicitation Performance Work Statement (PWS). The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. Anticipated period of performance is one base year and four one-year options (to be exercised at the sole discretion of the Government). 3. Required NAICS is 561612. 4. Recommended requirements for this effort are as follows: a) The Offeror should have at least 10 years' experience providing 24/7 Armed Uniformed Protective Guard Services to the United States Government or the private sector (must be able to provide evidence of at least 3 Armed Uniformed Protective Guard Services contracts performed during the last 10 years) as part of their experience and past performance. b) The Offeror shall need to demonstrate that at least one (1) of the contracts referred to in paragraph a) above was valued at a minimum of $400 million. c) The Offeror should have employed at least 500 Armed Uniformed Protective guards, inclusive of at least five (5) Explosive Detection Dog Teams, in performance of at least one (1) of its Uniformed Protective Guard Services contracts within the last five (5) years. Meaning, the contract should have included both uniformed armed protective services and EDD teams (teams could have been subcontracted). d) The Offeror should have performed Armed Uniformed Protective Guard Services domestically (within the continental United States) in at least 50 differently situated locations, with at least 15 sites physically located domestically in multiple States (inclusive of the District of Columbia and or Puerto Rico) within the last ten (10) years. e) In addition to the above, the Offeror should have performance experience within the last 5 years, providing Armed Mobile Patrol Uniformed Protective Guards. f) The contractor should have experience within the last 5 years providing Armed Uniformed Protective Guards cleared in protecting classified up to Top Secret. g) The Offeror should have past/current experience in Collective Bargaining Agreements/Contract Negotiations. h) The Offeror should have past/current performance experience within the last 5 years operating a Uniformed Protective Guards (UPO's) Centralized Command Center, wherein uniformed protective guards are utilized in dispatching UPO's to calls for service as well monitoring alarms (fire and Intrusion Detection Systems) and making notifications (email and phone) to senior management. i) The Offeror should have experience within the last 5 years providing Armed Uniformed Protective Guards that have handled demonstrations numbering at least 100 demonstrators. j) Offerors should have experience protecting dignataries, diplomatic facilities, or high profile national and/or international officials. 5. All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify their suitability for employment under this contract. The expected security complement is anticipated to be approximately no less than 1,200 (excluding Corporate and indirect support). 6. Contractors shall be required to have a Collective Bargaining Agreement (CBA). 7. The approximate acquisition schedule is as follows: a) This pre-solicitation synopsis will be posted for at least fifteen (15) days from the date of posting. b) The U.S. Government plans to up-load the full solicitation in the FBO site on or about 31 August 2016. No paper copies will be mailed. c) Once the solicitation is posted on FedBizOpps, offerors will have approximately forty-five (45) to sixty (60) days to submit proposals as given in the posted instructions. All dates are subject to change and any change will be posted on this site via amendments. d) No pre-proposal site visit will be scheduled. 8. Offerors shall have an active registration on the System for Award Management at https://www.SAM.gov. 9. Offerors shall be required to request explicit access once documents are up-loaded to FBO. Only two (2) representatives from each firm will be allowed Explicit Access in an effort to control access to sensitive but unclassified documents. Access will be granted AFTER the documents are posted and when the Government POC receives an FBO electronic explicit access request email notice. Contractor is responsible for all aspects of obtaining access. It is highly recommended to review the FBO Vendor Guide. PHONE CALLS WILL NOT BE ACCEPTED. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-08-25 19:30:42">Aug 25, 2016 7:30 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-09-15 15:12:21">Sep 15, 2016 3:12 pm Track Changes ********************************************************************** Amendment 02 - Amendment 02 ************************************************************************* (b) For the fiscal year 2016, the Department's subcontracting goals are as follows: (1) Goal for subcontracting to SB: ____________29%__________________ (2) Goal for subcontracting to SDB: ___________5.0% __________________ (3) Goal for subcontracting to SWB: ___________5.0%__________________ (4) Goal for subcontracting to HUBZone Firms: __3.0%___________________ (5) Goal for subcontracting to SDVO: __________3.0%___________________ (6) Omnibus goals (if applicable): (i) 10% to minority business (ii) 10% to small business *********************************************************************** Amendment 02 - Amendment 02 ***************************************************************** ********************************************************************************* Amendment 03 - Amendment 03 *************************************************************** This Pre-solicitation notice number is being replaced by SAQMMA16R715 Solicitation Documents shall be posted under SAQMMA16R715 *******************************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0027/listing.html)
 
Place of Performance
Address: Attachment 03 will list the locations supported by Section F. The 'Flag Ship' site is located in Washington DC; the National Capital Region (NCR) consists of three (3) States (MD, VA, WV, and DC); involves 21 Contiguous States, including Alaska, Hawaii, and Puerto Rico., Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN04273526-W 20160917/160915235800-5062fbc6e993528ed830f67032102486 (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.