Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
DOCUMENT

M -- AMENDMENT 000002_ DTFAWA-17-R-00008 Screening Information Request/Request For Offer: National Security Officer Program – Western Service Area (WSA) - Attachment

Notice Date
12/29/2016
 
Notice Type
Attachment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-310 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
DTFAWA-17-R-00008
 
Response Due
1/26/2017
 
Archive Date
1/26/2017
 
Point of Contact
Wanda Mundy, wanda.mundy@faa.gov, Phone: 202-267-4449
 
E-Mail Address
Click here to email Wanda Mundy
(wanda.mundy@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of amendment 000002 is to provide changes to Sections B,C,J,L and respond to offeror's questions. Refer to Summary of Changes and the revised Sections for details. The FAA WILL provide another amendment to answer ALL remaining Questions received. --------------------------------------------------------------- 1. INTRODUCTION/DESCRIPTION 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 Guan and Puerto Rico under the National Security Officer Program (NSOP). 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. This Screening Information Request/Request for Offer (SIR)/ (RFO) is for Security Officer (SO) Services within the FAA Western Service Area (WSA). 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. 2. CONTRACT TYPE AND PERIOD OF PERFORMANCE The resulting award will be Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) with three Time and Material (T&M) Contract Line Item (CLINs) and one Cost Reimbursable (CR) CLIN. The anticipated period of performance of this contract incorporates a period of 12 month ™s base period and four 12 months option periods with security officer services expected to begin on September 30, 2017. It is the FAA ™s intention that any new awardee will have an initial three month transition period prior to the security officer services start date. The FAA will award one contract resulting from this individual Service Area SIR. 3. NATURE OF COMPETITION This acquisition will involve the use of streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the FAA Acquisition Management System (AMS). The principle North American Industry Classification System (NAICS) code for this effort is 561612 - Security Guards and Patrol Services. The small business size standard for this code is $20.5 million. Tiered Evaluation: In order to provide opportunities for small businesses and to ensure that FAA requirements are met, the acquisition strategy for this procurement includes the use of a tiered evaluation of offerors with the following tiers: I.SEDB/8(a) Businesses II.Small Businesses III.Other Than Small Businesses (1) Tiered evaluation of offers is a process by which FAA promotes small business participation while providing FAA a means to continue the procurement if small business participation is insufficient. (2) 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. With the exception of joint ventures, 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. Adequate competition exists when two or more responsible offerors, competing independently, submit priced offers that satisfy the Government ™s expressed requirement. 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 award but have the ability to pursue subcontracting opportunities on other Service Area awards without restriction. The FAA will only recognize one Prime Contractor per offer. Under the first two tiers, Small Business offerors are reminded that 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. AMS clause 3.6.1-7 may be viewed in full text at http://conwrite.faa.gov. Under the third tier, in accordance with Section I AMS Clause 3.6.1-4 Small, Small Disadvantaged, Women-Owned and Service-Disabled Veteran Owned Small Business Subcontracting Plan (August 2012) (c) the offeror, upon request by the Contracting Officer, shall submit and negotiate a subcontracting plan, where applicable, that separately addresses subcontracting with small business, small disadvantaged business, women-owned small business and service-disabled veteran-owned small business concerns. Alternate proposals will not be evaluated. In the event a proposal is rejected a notice will be sent to the Offeror stating the reason(s) that the proposal will not be given further consideration. All responses to this SIR must follow all submission instructions found in Section L of the SIR. The FAA will not pay any costs incurred in the preparation or submission of any response to this solicitation. 4. ADDRESS, TIME AND DATE FOR SUBMISSION OF PROPOSALS (a) Address - Proposals may be hand-delivered or mailed by commercial delivery or US Mail to the following address: ATTN: Wanda Mundy/Keri Henderson Federal Aviation Administration Department of Transportation 800 Independence Ave SW Room 406W Washington, DC 20591 Telephone: 202.267.4449/202.267.4428 (b) Time and Date - Proposals must be received by the FAA at the above location no later than 2:00 pm Eastern Time on 1/26/2017. Offerors must request receipts for proposals if one is desired. All SIR Amendments issued, if any, must be signed on the cover page Solicitation, Offer and Award (Standard Form 33) and submitted with the Offerors proposal. (c) Signed Originals - Offerors must provide one signed original and all required copies. (d) Proposal Submission - Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Facsimile or E-Mail submittals of proposals will not be accepted. Proposals may be hand-delivered or mailed by commercial delivery or US Mail. 5. QUESTIONS Questions pertaining to this SIR must be submitted in written form via email to Wanda Mundy or Keri Henderson, Contracting Officer, at wanda.mundy@faa.gov or keri.henderson@faa.gov no later than 2:00 p.m., December 15, 2016. Questions and responses that clarify the SIR may be provided to all Offerors; however the source of the questions will not be identified. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26298 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-17-R-00008/listing.html)
 
Document(s)
Attachment
 
File Name: Section L-2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73692)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73692

 
File Name: Section J Att J.10 Firearms Qualifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73703)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73703

 
File Name: Section J Att J.5 WSA Wage Determinations (zip) (https://faaco.faa.gov/index.cfm/attachment/download/73704)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73704

 
File Name: Section E (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73690)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73690

 
File Name: Section J Att J.1 Sample Task Order (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73701)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73701

 
File Name: Section J Att J.9 Initial Checklist for Security Officer Requirements (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73702)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73702

 
File Name: Section H (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73696)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73696

 
File Name: Section D (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73700)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73700

 
File Name: Section G (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73695)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73695

 
File Name: Section K-1 Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73694)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73694

 
File Name: DTFAWA-17-R-0008 Section A (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73693)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73693

 
File Name: Section L-1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73699)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73699

 
File Name: Section K (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73698)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73698

 
File Name: Section J Att J.7 Collective Bargaining Agreement Locations_Amendment 0001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73697)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73697

 
File Name: DTFAWA-17-R-00008 Section A Amendment 000001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73719)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73719

 
File Name: Section L_Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73718)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73718

 
File Name: Section J Att J.4 Collective Bargaining Agreement Rates (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73717)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73717

 
File Name: Section J Att J.0 List Of Attachments_Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73716)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73716

 
File Name: DTFAWA-17-R-00008 Section A Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73712)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73712

 
File Name: NSOP Questions and Answers_WSA_ Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73713)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73713

 
File Name: Section B_WSA_Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73714)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73714

 
File Name: Section C_Amendment 000002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73715)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73715

 
File Name: Section J Att J.11 Cert of Communication Skills (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73683)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73683

 
File Name: Section J Att J.12 Physical Quals Certification (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73682)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73682

 
File Name: Section J Att J.3 Generic Facility Post Exhibit Template (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73685)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73685

 
File Name: Section J Att J.6 Pricing Workbook WSA_Amendment 000002 (xls) (https://faaco.faa.gov/index.cfm/attachment/download/73711)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73711

 
File Name: Section F_Amendment 000001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73687)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73687

 
File Name: Section J Att J.2 Generic Guard Post1 Orders (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73709)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73709

 
File Name: Section I (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73706)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73706

 
File Name: Section J Att J.8 PIV Sites for National Security Officer Program Contracts (xls) (https://faaco.faa.gov/index.cfm/attachment/download/73705)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73705

 
File Name: Section M_Amendment 000001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73707)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73707

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04360539-W 20161231/161229233840-73302cfeda6c3a31ba4956f0519ee26f (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.