MODIFICATION
63 -- Technical Security Services
- Notice Date
- 5/11/2007
- Notice Type
- Modification
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SALMEC-07-R-0030
- Response Due
- 5/29/2007
- Archive Date
- 7/15/2007
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 14: SALMEC-07-R-0030 is amended as follows: Section B. Type of Contract, Number 2, CLIN Position Title (page 7) adds 0001AL, CAD Technician for the Base and all Option Years. A. 1) CLIN 0001AL adds CAD Technician in the ESTIMATED amount of 243 hrs. for the Base Year; 2) CLIN 1001AL adds CAD Technician in the ESTIMATED amount of 270hrs for Option Yr. 1; 3) CLIN 2001AL adds CAD Technician in the ESTIMATED amount of 297 hrs for Option Yr. 2; 4) CLIN 3001AL adds CAD Technician in the ESTIMATED amount of 297hrs for Option Yr. 3; 5) CLIN 4001AL adds CAD Technician in the ESTIMATED amount of 324hrs for Option Yr. 4. B. Section B, B.1. Line Item Explanation, CLIN 0001 TECHNICAL SECURITY SERVICE INSTALLATION, page 9, reads as follows: This line item shall be the total firm, fixed price for the installation. All CLINS following CLIN 0001 shall (0001AA, 0001AB, and 0001AC-0001AL) roll up into CLIN 0001, Technical Security Service Installation. For this solicitation, offerors shall propose ONLY CLINS 0001AA, 0001AB, 0001AC, 0001AD, and 0001AL (NOT CLIN 0001). Offerors shall then total all twelve (12) line items (0001AA-0001AL) and place the total where specified at the bottom of pages 2 through 6 of the solicitation (Total: CLINS 0001AA through 0001AL) for the Base and each Option year. Offerors shall total the Base and each Option Year (for line items 0001AA - 0001AL) and type that amount on page 1, Box 20 of this SF33. For Delivery Orders, the successful contractors shall propose CLINS 0001AA through CLIN 0001AH, and 0001AL (0001AD only when applicable). Contractors shall total these seven (or six) line items and that total becomes CLIN 0001 for Installation of Technical Security Services. C. 1. CLIN 0001AL CAD Technician is added to Section B, B.1. Line Item Explanations, page 9. 2. The following description is added to CLIN 0001AL CAD Technician: Burdened rates for the services provided by a CAD Technician for accomplishing tasks associated with services listed in B.3. This CLIN shall also include all G & A, overhead, and profit involved with administering, managing, and providing services under this contract. D. At the bottom of pages 2 through 6, TOTAL: CLINS 0001AA through 0001AK is changed to read TOTAL: CLINS 0001AA through 0001AL. SYNOPSIS:The U.S. Department of State Office of Overseas Buildings Operations (OBO) intends to award a Fixed Price, Performance Based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for installation of technical security systems (i.e. including alarm, door control, Closed Circuit Television (CCTV), public address, x-ray, metal detection, explosive detection and intercom systems) at Department of State diplomatic missions, embassies and consulates worldwide. The Government intends to solicit this requirement as a Total Small Business Set-Aside using acquisition procedures outlined in FAR Part 15. Due to time constraints, the offeror shall have a Top Secret Security Facility Clearance or Interim Top Secret Security Facility Clearance at the time of proposal submission. Firms must also have the capability of providing DSS Safeguarding and the capability of providing a DSS approved classified computer system. The Government intends to award up to two (2) contracts to responsible offerors whose proposals conform to the requirement of the solicitation and are evaluated as being the Best Value to the Government, cost or price and other factors considered. The proposed performance period shall be one (1) base year and four (4) one year option periods (which shall be exercised at the sole discretion of the Government). The North American Industry Classification (NAICS) code for this procurement is 238210, Electrical Contractors and the small business size standard is $13.0M. The solicitation will be issued on or about February 26, 2007. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Offerors shall check FEDBIZOPPS.GOV daily to keep abreast of all updates (amendments) concerning this requirement.
- Place of Performance
- Address: U.S. Department of State, 1701 N. Ft. Myer Drive, Arlington, VA
- Zip Code: 22209
- Country: UNITED STATES
- Zip Code: 22209
- Record
- SN01292943-W 20070513/070511221009 (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 |