SOLICITATION NOTICE
35 -- Security Guard Services - Draft Performance Work Statement
- Notice Date
- 3/22/2016
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-16-R-PFP021
- Point of Contact
- Joe Tallent, Phone: 2024755539, Nate Dolezal, Phone: 2024753706
- E-Mail Address
-
joe.b.tallent@uscg.mil, nate.dolezal@uscg.mil
(joe.b.tallent@uscg.mil, nate.dolezal@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement for Security Guard Services The United States Coast Guard (USCG) has a requirement to obtain security guard services. The work will be performed at various USCG installations, units, bases and facilities within the Unites States and U.S. Territories within the USCG's area of responsibility (AOR). The specific places of performance are indicated in the attached draft Performance Work Statement (PWS). The Government's intent is to award up to two, multiple award, Firm Fixed Price commercial, IDIQ contracts that are anticipated to be set aside for eligible 8(a) concerns per FAR 52.219-18. The anticipated period of performance for this support services requirement is a one-year base period from 30 August 2016 through 29 August 2017, with four one-year option periods. The North American Industry Classification System (NAICS) code for this requirement is 561612. Interested parties are called to paragraphs C-3.6.6 of the draft PWS to note that the requirement calls for personnel to possess and maintain an active Secret Clearance prior to performing the requirements. All other personnel require a minimum initiated National Agency Check with Inquiries (NACI) and a favorable completion of a Federal Bureau of Investigation (FBI) fingerprint check, or a DoD-determined equivalent investigation. Interested parties are also called to note that in accordance with paragraph C-1.4, any company submitting a proposal is required to provide proof of certification for performing these services in each state as applicable. Non compliance in providing proof of certification in each state will be considered non compliance with the requirements. This Presolicitation Notice does not constitute an RFP or a promise to issue an RFP in the future. This Presolicitation Notice does not commit the Government to contract for any supply or service whatsoever. Further, the USCG is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the USCG will not pay for any information or administrative cost incurred due to the posting of this Presolicitation Notice. Not responding to this Presolicitation Notice does not preclude participation in any future RFP. If a solicitation is released, it will be issued via the Federal Business Opportunities website (www.fbo.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this Presolicitation Notice or a future RFP. The information provided in this Presolicitation Notice and any future changes to the Presolicitation Notice are subject to change and are not binding on the USCG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-R-PFP021/listing.html)
- Place of Performance
- Address: Specific places of performance are indicated in the attached draft Performance Work Statement (PWS)., United States
- Record
- SN04057862-W 20160324/160322235723-29ced60316c3025a6005a7bd1971bade (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 |