Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

S -- Multi-Facility Security Escort Services

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
1515 Iceland Avenue Bldg 8500, Room 150 Vandenberg AFB CA 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-19-Q-RFQ3
 
Response Due
3/12/2019
 
Archive Date
3/13/2019
 
Point of Contact
Marvin L. Cordova, Contract Specialist, Phone 805-605-3933, - Lucille D. Ngiraswei, Contracting Officer, Phone 805-606-1733
 
E-Mail Address
marvin.cordova.2@us.af.mil, lucille.ngiraswei.2@us.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
PR No.: F3LGMC9028A101 (SMC) F4D5E19038A001 (381TRSS) F4DLA19008A001 (14AF) F4DTE58352A001 (21SOPS) Project Title: Multi-Facility Security Escort Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers IAW CLIN structure outlined in this announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 [effective 20 Dec 2018 (updated with Class Deviation: 2019-O0005)] and DFARS DPN 20190215 (effective 15 Feb 2018 edition). The applicable North American Industry Classification System (NAICS) code is 561612, "Security Guards and Patrol Services" and the applicable size standard is $20.5M. The PSC/FSC Code is S211, "Surveillance Services". This acquisition is being conducted as a 100% Small Business Set-Aside IAW FAR 19.502-2(a). Project Description: The Contractor shall all labor, supervision, transportation, materials, and other items/services necessary to provide Security Escort Services for multiple facilities on Vandenberg AFB, CA IAW the Performance Work Statement (PWS). All potential offerors are reminded that compliance with the provision at FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will render an offeror ineligible for contract award. 1) Quotes should conform to the CLIN structure as established in the Quote Template. 2) Please see RFQ Attachments for detailed description of requirement. 3) All questions or comments must be submitted in writing via email to the Contract Specialist (CS) No Later Than (NLT) 4:00 PM PST Thursday, 7 Mar 2019. Answers will be posted to FBO by 8 Mar 2019. Telephone and other means of oral communication will not be received. 4) Quotes must be sent to the attention of Marvin Cordova, Contract Specialist, at marvin.cordova.2@us.af.mil and courtesy copied to the attention of Lucille Ngiraswei, Contracting Officer, at lucille.ngiraswei.2@us.af.mil NLT 4:00 PM PST Tuesday, 12 Mar 2019. Quotes shall be valid for 60 days after submission. The projected acquisition milestones are as follows: a. Contractor Questions Due: 7 Mar 2019 NLT 4:00 PM PST b. Government Responses: 8 Mar 2019 c. Quotes Due: 12 Mar 2019 NLT 4:00 PM PST d. Contract Award: 15 Mar 2019 e. Contract Period of Performance: Projected start 18 Mar 2019   CLAUSES & PROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 2016-06 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 2018-07 SEC I 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 2015-10 SEC I 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-14 Limitations on Subcontracting. 2017-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-37 Employment Reports on Veterans 2016-02 SEC I 52.222-41 Service Contract Labor Standards. 2018-08 SEC I 52.222-55 Minimum Wages Under Executive Order 13658. 2015-12 SEC I 52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.224-3 Privacy Training. 2017-01 SEC I 52.224-3 Privacy Training - (Alternate I) 2017-01 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 SEC I 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 SEC I 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 2016-10 SEC I 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2015-10 SEC I 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 SEC I 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7001 Buy American and Balance of Payments Program. 2017-12 SEC I 252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.246-7000 Material Inspection and Receiving Report 2008-03 SEC I CLAUSES IN FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items. (OCT 2018) 52.212-2 Evaluation - Commercial Items (OCT 2014) Fill-in Text: The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation provides the most advantageous offer (Best Value) to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical a. Labor [Mix & Full Time Employees (FTE)] b. Discriminators 1) Contractor Facility Clearance 2) Employee Security Clearance c. Past Performance 1) Recent, relevant performance of similar services (Within past 3 years). Government will review both past performance questionnaires submitted by contractor references as well as past performance pulled from the Past Performance Information Retrieval System (PPIRS). (ii) Price a. In the spreadsheet provided, the Contractor shall list all labor categories and number of FTEs necessary to fulfill the requirements of the PWS. The Contractor will include unburdened hourly rates, other direct costs, indirect cost rates, and profit rate. ***Technical and past performance, when combined, are significantly more important than price.*** Discriminators: 1) The contractor shall have an active and valid Facility Clearance at the Secret or higher level issued by the Defense Security Service (DSS) and verifiable in the Industrial Security Facility Database (ISFD) by the local 30SW/IP office. 2) The contractor shall complete and return the attached DD 254, box 6 that identifies the CAGE code that will be used to insure a valid facility clearance. 3) If the contractor does not have an active and valid clearance, contractor may provide documentation that will support the probability of possessing the clearance NLT 18 Mar 2019. If contractor does not possess facility clearance by that date, the Government may cancel the award and choose to award to the contractor with the next lowest price, possessing an active and valid facility clearance. 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2018) 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2014) (Alternate I) 52.212-4 Contract Terms and Conditions-Commercial Items. (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statues or (OCT 2018) Executive Orders - Commercial Items. 52.222-26 Equal Opportunity. (SEP 2015) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUL 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 27102 (GS-5) Step 2 $18.71*36.25% ($6.78) 52.223-22 Public Disclosure of Greenhouse Gas Emission and Reduction (DEC 2016) Goals-Representation. 52.222-50 Combat Trafficking in Persons (MAR 2015) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 52.252-2 Clauses Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018) Fill-in Text: To be filled at time of award. 5352.201-9101 Ombudsman (JUN 2016) 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements (Oct 2017) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.223-9001 Health and Safety on Government Installations (NOV 2012) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-19-Q-RFQ3/listing.html)
 
Place of Performance
Address: Multiple Facilities Vandenberg AFB, CA
Zip Code: 93437
Country: US
 
Record
SN05241620-F 20190308/190306230031 (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.