Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

S -- Protective Security Officer

Notice Date
10/3/2012
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
HSHQEC-13-R-00003
 
Point of Contact
Rosetta M Jackson, Phone: 2155213105
 
E-Mail Address
rosetta.jackson@dhs.gov
(rosetta.jackson@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security, Federal Protective Service, East Consolidated Contracts Group, intends to procure armed protective security services at the following Washington, DC. sites: Central Heating Plant, 13 th & C streets, SW, Domestic Nuclear Detection Office (DNDO) 125 15 th Street NW; National Building Museum (NMB) 401 F Street NW, Franklin Court Building, 1099 14 th Street, NW, and National Park Service, 1201 Eye Street NW. The protective security officer services will protect the personnel and property at these locations. The overall period of performance will be a base year, and four one year options with a six month option. This requirement is being solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, indefinite delivery requirements contract with a fixed monthly price, will be established as a result of the solicitation. The contract will consist of a 12 month base ordering period followed by four 12 month and an additional six month optional ordering periods pursuant to FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $18.5 Million. As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, license, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish the requirement. The RFP shall require the submission of a technical proposal as well as a price proposal. All proposals received from industry will be evaluated using Best Value/Trade-Off procedures. This requirement is being set-aside for Small Business. All contractors must be registered ( http://www.ccr.gov ) in the Central Contractor Registration (CCR). Further, offerors are required to go on-line to the Business Partner Network at http.orca.bpn.gov to complete their Online Representations and Certifications Applications (ORCA) prior to submittal of a proposal. For questions regarding this announcement, please contact Rosetta Jackson who can be reached at 215 521-3105 or via email rosetta.jackson@dhs.gov. A copy of the post exhibit will be provided upon a request from the offeror to the Contract Specialist. A non disclosure agreement will need to be completed prior to the release of the post exhibit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ef0d2893a32593e7c11e3b6c9acf843)
 
Record
SN02907500-W 20121005/121003234409-9ef0d2893a32593e7c11e3b6c9acf843 (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.