Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
MODIFICATION

S -- REGIONAL ARMED SECURITY GUARD SERVICES LOCATED AT VARIOUS LOCATIONS THROUGHOUT THE MID-ATLANTIC REGION

Notice Date
6/13/2013
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008513R3314
 
Response Due
6/27/2013
 
Archive Date
8/31/2013
 
Point of Contact
Cynthia Brown (757) 341-0085 Elisha Matvay (757) 341-0091
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SYNOPSIS NOTICE******************************************** The proposed contract is limited to qualified 8(a) certified firms. The objective of this proposed contract is to provide all labor, management, supervision, supplies, equipment, transportation, and any other items necessary to provide security related services at Norfolk Naval Shipyard Portsmouth, Virginia; Naval Support Activity Philadelphia, Pennsylvania; Lafayette River Complex, Norfolk, Virginia; Craney Island Fuel Terminal, Portsmouth, Virginia; USS CONSTITUTION located in Boston, Massachusetts and Naval Weapons Station Earle (Colts Neck,) New Jersey in support of Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (MIDLANT). The successful contractor shall provide Regional Armed Security Guard and other security-related services and may be working alongside existing Government security forces that have law enforcement responsibilities. Specific duties include, but are not limited to, entry control point services, identification checks, vehicle inspections, emergency closure procedures, roving guard services, building checks, crowd control, security screening, and traffic control. The Navy Police/Security/Emergency Services organizations will be responsible for all law enforcement, investigative, and crisis response functions on the base. The contractor ™s security force will provide security guard services as specified above, with the exception of law enforcement duties as they are inherently governmental. The Government intends to procure these services using the procedures in FAR Part 15. The contract will be issued as a combination Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) type contract with a base period with four, one-year option periods, not exceed sixty (60) months and will include a sixty (60)-day PHASE-IN period that is required to begin 28 November 2013. Guard services shall begin 28 Jan 2014 at all locations with the exception of NWS Earle NJ. This contract is a follow-on to current Contract N62472-11-D-3513 Task Order WE01 awarded to Global Response Services, LLC, 13500 Heritage Parkway, Fort Worth, TX 76177. N62472-11-D-3513 Task Order WE01 period of performance is 18 January 2013 through 28 January 2014 for Armed Security Guard Services located at above sites with the exception of Naval Weapons Station Earle NJ. Guard services at Naval Weapons Station Earle NJ are currently performed by Action Facilities Management, Inc., 115 Malone Drive, Morgantown, WV 26501 (Base Period 01 and three Option Periods beginning 01 Aug 2012 through 30 Sep 2015) under Contract N40085-12-D-2205. PHASE-IN for Naval Weapons Station Earle shall begin 1 Aug 2015 and Guard services shall begin 1 Oct 2015. As a result, services at Naval Weapons Station Earle NJ will begin during Option One (1) of the contract. Offerors will be required to provide pricing for Naval Weapons Station Earle NJ during the original solicitation period so that all sites will be included under one contract. Awardee must possess a state license to perform work in the states of Virginia, Pennsylvania, Massachusetts and New Jersey and also must possess an approved facility clearance before completion of 60-day transition period. This is a negotiated source selection procurement that consists of the submission of technical and price proposals. The source selection process to be used is the Best Value Trade-Off Approach. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. The North American Industry Classification System (NAICS) Code is 561612 with a size standard of $18,500,000.00. Qualified 8(a) certified firms may submit a proposal in response to the RFP which shall be considered by the agency. It is the offeror ™s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). It is anticipated that the solicitation will be released on or about 2 July 2013. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual questions must be submitted in writing via E-mail to cynthia.brown@navy.mil. Telephone questions will not be accepted. The contractor is required to register with System for Award Management (SAM). Please visit the SAM website at www.sam.gov. No contract award shall be made to any contractor that is not registered with SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R3314/listing.html)
 
Record
SN03088470-W 20130615/130613235227-9fd5c9590911b79444a8ab709da29b8c (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.