Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
MODIFICATION

R -- Access Control Services

Notice Date
5/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-12-R-0036
 
Archive Date
3/8/2012
 
Point of Contact
Stephen E. Lee, Phone: 2022312816, LAURA PASKMAN-SYMS, Phone: 202 231-5570
 
E-Mail Address
stephen.lee@dia.mil, laura.paskman-syms@dodiis.mil
(stephen.lee@dia.mil, laura.paskman-syms@dodiis.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
An Amendment will be published soon. Please watch this space for announcement and updated closing date. Posted 15 May 2012 This Synopsis is hereby temporarily suspended until further notice. A new Statement of Work is going to be generated. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number HHM402-12-R- 0036 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code is 561612 and the business size standard for this NAICS is $17 Million. This Procurement is a 100% total small business set aside. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The Period of Performance is for a Base Period of Twelve (12) months from date of award with four (4) twelve month option periods. CLINS are as follows: CLIN 0001: Base Year: DIAC- 3 Supervisors, 24 Access Control Managers and 2 Reliefs. Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0002: Base Year: Clarendon - 1 Access Control Manager Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0003: Base Year: DIAC/Clarendon/Dorsey Park/NCMI - 1 Program Manager Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0004: Base Year: NCMI - 1 Supervisor and 7 Access Control Managers Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0005: Base Year: Dorsey Park - 1 Supervisor and 2 Access Control Managers Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0006: Base Year: Other Direct Costs (ODC's) Period of Performance: 03/05/2012 through 03/04/2013 CLIN 0007 Base Year: Temporary Assigned Services Period of Performance: 03/05/2012 through 03/04/2013 This requirement is for Access Control Protection Services for various sponsored facilities in the National Capital Region (NCR) to include but limited to: Defense Intelligence Analysis Center (DIAC) located at Bolling Air Force Base, Washington D.C; Clarendon (CLAR); National Center for Medical Intelligence (NCMI) and the Office of the Director of the National Intelligence (ODNI) as stated in the Statement of Work (SOW). The Virginia Contracting Activity intends to award a Firm Fixed Price Level of Effort Type Contract. The Government intends to award a single contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Volume I: Technical Approach; Volume II: Key Personnel; Volume III: Past Performance and Volume IV: Cost. The evaluation factors are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation by reference: 52-212-1, Instructions to Offers- Commercial Items; 52.212-2, Evaluation­ Commercial Item; 52.212-3, Offer Representation and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ­ Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222-19 Child Labor Cooperation with Authorities; 52.222-19 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.222-376 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.243-1 Changes-Fixed Price Alternate I; FAR 52.246-4 Inspection of Services-Fixed Price; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract. The following DFARS clauses and provisions apply to this solicitation and are hereby incorporated: 252.212-7000, Offeror Representations and Certification- Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission; 252.232-7010 Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment and Local Clause 1052.232-90 Invoice Procedures: Electronic Invoicing Requirement Invoicing Procedures and Payment. All Clauses and Provisions may be found in full text at the following web site: http//farsite.hill.af.mil. Proposals and questions are to be submitted to Glenna J. Paulson, Contracting Officer, via e-mail at Glenna.paulson@dodiis.mil. Questions must be-emailed prior to 3:00P.M. EST on February 8, 2012. The deadline for proposals is 3:00P.M.on February 22, 2012. Work is to begin March 5, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-12-R-0036/listing.html)
 
Place of Performance
Address: Virginia Contracting Activity, ATTN: AE-2A, Bolling AFB, Washington, District of Columbia, 20340, United States
Zip Code: 20340
 
Record
SN02748846-W 20120517/120516000434-7ef7bac709bff3ed1704804efa70b380 (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.