Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2011 FBO #3633
MODIFICATION

R -- Escort Guard Services IDIQ

Notice Date
11/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), White House Center (WPW), 1800 F Street, Room G329, Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
WPMH-12-0014
 
Point of Contact
MICHELLE COOPER, Phone: 2022080475, Meta E. Sherwood, Phone: 2022080486
 
E-Mail Address
MICHELLE.COOPER@GSA.GOV, meta.sherwood@gsa.gov
(MICHELLE.COOPER@GSA.GOV, meta.sherwood@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The General Services Administration announces an opportunity to procure services of a highly qualified security services firm to provide all supervision, labor, materials, supplies and equipment necessary to support the normal security forces assigned to the White House Complex in Washington, DC. This is accomplished by monitoring the movements and report on the whereabouts of non-pass holder personnel who have been temporarily approved to work within the complex. Escorts are not charged with the duties of the United States Secret Service; however, as pass holders on this complex, escorts are expected to uphold all applicable security measures. Escorts must meet the security restrictions imposed by the United States Secret Service. Escorts must hold a Top Secret and /or Top Secret/Compartmented Information security clearance. Offerors must be able to provide an ever changing number of escorts. Any company interested must also hold an active Top Secret facility clearance or have the ability to obtain a Top Secret facility clearance. The General Services Administration intends to award an Indefinite Delivery Indefinite Quantity Contract for the overall support of the White House Complex for a period not to exceed 5 years. This period of performance shall include a one year base period of 12 months and 4-12 month option periods. Services are expected to commence on or about January 1, 2012, with a Notice to proceed approximately thirty days prior to the start of the contract. Hard copies of the solicitation as well as all amendments will not be issued. Any perspective offeror interested in submitting a proposal must register with the General Services Administration in order to be placed on the bidder’s list for this solicitation. Offerers should include company name, address, phone and fax numbers, point of contact and email address. Offerers must send this information via email to both: michelle.cooper@gsa.gov and meta.sherwood@gsa.gov. The North American Industry Classification System code is 561612 and the size standard is $18.5 million. Competition of this procurement is restricted to Service Disable Veteran Owned Small Businesses. No pre-solicitation conference will be held, however questions may be submitted via email only, but no later than October 19, 2011; 4:00 pm. Questions submitted after the specified date and time will not be answered. The solicitation will be posted on or before October 15, 2011, and proposals will be due by November 15, 2011, at 12:00 p.m. local time. Address your proposal as follows: GSA, NCR, PBS, WPMH, Bid Room, 301 7 th Street, S.W., Washington, D.C. 20407; attention: WPMH-12-0014. Additonal information for submittal will also be annotated in the section titled " Instructions, Conditions and Notices to Offerors/Bidders. Any inquiries regarding this project may be directed to our contract specialist in writing by emailing to michelle.cooper@gsa.gov. Questions arising from this solicitation must be submitted in writing. Each vendor is limited to 3 questions. No compound/complex questions please. Combined questions will not be answered. This announcement represents the Government's official information on this procurement. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. Please do not include company brouchures or other marketing information at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPW/WPMH-12-0014/listing.html)
 
Place of Performance
Address: Washington, DC Metropolitan Area, Postal Code: 20001 & 20405, Country: USA, Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN02617350-W 20111105/111103233955-bf15183f15d2fd9c4870ff83136811f2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.