MODIFICATION
63 -- Technical Security Services
- Notice Date
- 5/15/2007
- 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
- 5/30/2007
- Archive Date
- 7/15/2007
- Point of Contact
- Kevin McGhee, Contract Specialist, Phone 7038754566, Fax 7038756292,
- E-Mail Address
-
mcgheekt@state.gov
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 21: SALMEC-07-R-0030 is amended as follows: 1) CLIN 0001AF Danger Pay is changed to read REIMBURSABLE DANGER PAY for the Base and Each Option Year. 2) Section B, B. Type of Contract, Number 5 titled CLINS Cost Reimbursable Line Items, page 8, now includes CLIN 0001AF Reimbursable Danger Pay and is changed to read: The contract contains four (4) cost reimbursable line items. The dollar amounts stated for these cost reimbursable line items are estimates only subject to change by the Government on an as needed basis. 3) Section B.1. Line Item Explanations. CLIN 0001AF- DANGER PAY now read as REIMBURSABLE DANGER PAY. The following is added: The contractor's invoice for Reimbursable Danger Pay costs shall be unburdened. Any management and administrative costs of the contractor are considered to be included in CLINS 0001AA, 0001AB, 0001AC, 0001AD and 0001AL. 4) Offerors shall change CLIN 0001AF (for the Base in each Option Year) in the UPDATED SECTION A 05152007 to reflect that CLIN 0001AF is now titled Reimbursable Danger Pay for the Base and each option year. 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
- SN01294820-W 20070517/070515220542 (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 |