Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
MODIFICATION

R -- Security Support Services (SSS) - CDRL 2-5-2 Contractor Personnel Records - CDRL 2-5-1 Daily Situation Report - CDRL 6-2 Mobilization Plan - CDRL 4-3 Weapons Signature of Acknowledgment - CDRL 2-5-1 Property Control Plan - CDRL 7-1 Government Property List - Attachment 0012 Ordering Guide - Attachment 0004 Price Matrix - CDRL 2-5-1 Communication Plan - Attachment 0017 ATP 5-19 Risk Management - CDRL 4-1 Accident Report - Attachment 0006 SSS Quality Assurance Surveillance Plan - Attachment 0002 Section L – Instructions, Conditions and Notices to Offerors - Attachment 0001 Performance Work Statement - Attachment 0013 CENTCOM FY 17-18 Theater Training Guidance - Attachment 0008 Interagency Language Roundtable - CDRL 4-7-3 Facilities Security Clearance - Attachment 0005 Additional Performance Directives - Attachment 0014 FY 17-18 Training Requirements Attachments 1-5 - Attachment 0018 USCENTCOM Arming Policy - Attachment 0015 Pre-Deployment Guide – June 2017 - Attachment 0003 Section M – Basis for Award - Attachment 0007 Annex Private Security Company Weapons Qualifications Standards - Attachment 0010 Contract Data Requirements List Matrix - Attachment 0009 SSS DD Form 254 - CDRL 4-8-2 Weapons-Ammunition Inventory List - Attachment 0016 Theater Business Clearance Update (January 2015) - CDRL 4-2-1 PSC Operating License - Attachment 0011 Questions and Answers 02Jan2018 - CDRL 2-1-1 Serious Incident Report - CDRL 5-3 Quality Control Plan - CDRL 3-1 Weapons Training Documentation - Solicitation 1 - CDRL 4-2-1 Host Nation Business License

Notice Date
1/19/2018
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-R-0111
 
Response Due
3/1/2018 10:00:00 AM
 
Archive Date
1/31/2019
 
Point of Contact
Alissa S. Rohm, Phone: 3097825838, Stephanie A. Brown, Phone: 3097826083
 
E-Mail Address
alissa.s.rohm.civ@mail.mil, stephanie.a.brown127.civ@mail.mil
(alissa.s.rohm.civ@mail.mil, stephanie.a.brown127.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL 4-2-1 Host Nation Business License Solicitation W52P1J-17-R-0111, Security Support Services CDRL 3-1 Weapons Training Documentation CDRL 5-3 Quality Control Plan CDRL 2-1-1 Serious Incident Report Questions and Answers to Industry Questions dated 02 January 2018 CDRL 4-2-1 PSC Operating License Theater Business Clearance Update dated January 2015 CDRL 4-8-2 Weapons-Ammunition Inventory List SSS DD Form 254 Contract Data Requirements List (CDRL) Matrix for SSS Annex Private Security Weapons Qualifications Standards Section M – Basis for Award Pre-Deployment Guide dated June 2017 USCENTCOM Arming Policy FY 17-18 Training Requirements Attachments 1-5 Additional Performance Directives CDRL 4-7-3 Facilities Security Clearance Interagency Language Roundtable CENTCOM FY 17-18 Theater Training Guidance Performance Work Statement for Security Support Services (SSS) dated 18 January 2018 Section L – Instructions, Conditions and Notices to Offerors Quality Assurance Surveillance Plan (QASP) for SSS CDRL 4-1 Accident Report ATP 5-19 Risk Management CDRL 2-5-1 Communication Plan Price Matrix Ordering Guide for Task Orders under SSS CDRL 7-1 Government Property List CDRL 2-5-1 Property Control Plan CDRL 4-3 Weapons Signature of Acknowledgment CDRL 6-2 Mobilization Plan CDRL 2-5-1 Daily Situation Report CDRL 2-5-2 Contractor Personnel Records The purpose of this notice is to issue solicitation W52P1J-17-R-0111 for the Security Support Services (SSS) requirement. Army Contracting Command - Rock Island (ACC-RI) is issuing this solicitation for SSS throughout the U.S. Central Command (CENTCOM) area of responsibility (AOR), as well as other outside the continental United States (OCONUS) combatant commands (COCOMS) in support of various agencies within the Department of Defense (DoD). ACC-RI will conduct a full and open, best value tradeoff competition to award up to five Firm Fixed Price (FFP), Indefinite-Delivery-Indefinite-Quantity (IDIQ), Multiple Award Task Order Contracts. The Period of Performance (PoP) is anticipated to be five one-year evaluated ordering periods. The PoP will also include a six-month evaluated ordering period under clause 52.217-8, Option to Extend Services. Additionally, FAR 52.237-3, Continuity of Services, will be included in the contract(s). The successful Offeror(s) for this acquisition will be required to support various agencies within the DoD with commercial provided services that include all personnel, equipment, materials, supervision, and non-personal services necessary to perform commercial security support services as defined in the SSS Performance Work Statement (PWS). The Contractors will provide peace and stability initiatives in areas of armed conflict, post conflict, and comparable situations. Where Military or other U.S. Government (USG) security forces are unavailable, insufficient, or inappropriate, PSCs shall provide relief protection, recovery, and reconstruction activities from theft, extortion, vandalism, terrorism, and other unlawful violence. Effective discipline, training, and oversight of USG contracted PSCs build the confidence of the local population, reduce the risk of civilians and civilian activities becoming Military targets, and support the restoration of the rule of law. The following Attachments and Exhibits are provided in addition to the Solicitation: Attachment 0001 SSS PWS Attachment 0002 Section L - Instructions, Conditions and Notices to Offerors Attachment 0003 Section M - Basis for Award Attachment 0004 Price Matrix Attachment 0005 Additional Performance Directives Attachment 0006 SSS Quality Assurance Surveillance Plan Attachment 0007 Annex Private Security Company Weapons Qualifications Standards Attachment 0008 Interagency Language Roundtable Attachment 0009 SSS DD Form 254 Attachment 0010 Contract Data Requirements List Matrix Attachment 0011 Questions and Answers 02Jan2018 Attachment 0012 Ordering Guide Attachment 0013 CENTCOM FY 17-18 Theater Training Guidance Attachment 0014 FY 17-18 Training Requirements Attachments 1-5 Attachment 0015 Pre-Deployment Guide - June 2017 Attachment 0016 Theater Business Clearance Update (January 2015) Attachment 0017 ATP 5-19 Risk Management Attachment 0018 USCENTCOM Arming Policy A sources sought was issued to gauge the interest level of industry in fulfilling the requirements for SSS. The sources sought announcement was posted to www.fbo.gov on 22 September 2016 for a capabilities statement. A draft PWS was posted to www.fbo.gov on 29 March 2017 and on 13 September 2017 to industry in order for potential Contractors to become familiar with the scope, complexity, and nature of the requirements. A draft Solicitation was posted to www.fbo.gov on 29 November 2017. A synopsis for this solicitation was posted to www.fbo.gov on 31 December 2017. A site visit will not be held for this solicitation. This post does not constitute a commitment on the part of the Government to pay for any costs incurred as a result of this notice. All questions and comments shall be directed, in English, to usarmy.ria.acc.mbx.sss@mail.mil. Please place the solicitation number W52P1J-17-R-0111, in the subject line. The deadline to submit questions or comments on the solicitation is 30 January 2018 at 1000 (Central Time). Responses received after the established deadline may not be considered. Format of question submission shall be consistent with the question format outline in the list of attachments, Attachment 0011 - Questions and Answers 02Ja
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfa9700453e02d2628324cb89017df2f)
 
Place of Performance
Address: OCONUS COCOM, United States
 
Record
SN04794584-W 20180121/180119230939-bfa9700453e02d2628324cb89017df2f (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.