DOCUMENT
S -- Regional Armed Security Guard Services - Attachment
- Notice Date
- 10/23/2018
- Notice Type
- Attachment
- 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
- Solicitation Number
- N4008518R9800
- Response Due
- 11/6/2018
- Archive Date
- 11/21/2018
- Point of Contact
- SUSAN ROBERTS 7573410091
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RFP# N4008518R9800 The proposed contract is limited to qualified 8(a) certified firms. The objective of this proposed contract is to provide all labor, management, supervision, tools, material, and equipment required to perform Force Protection at various installations within the CNRMA area of responsibility (AOR) and the scope of work varies from location to location. This regional security contract will include guard services which were previously contracted before the enactment of 10 USC 2465. The footprint of services for this Contract is limited to the following installations: Naval Support Activity (NSA) Philadelphia, PA; Norfolk Naval Shipyard (NNSY) Portsmouth, VA; Craney Island Fuel Terminal, Portsmouth, VA; Lafayette River Annex (LRA), Norfolk, VA; Weapons Station Earle, Colts Neck, NJ; and USS Constitution, Boston, MA. 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 31 December 2018. Guard services shall begin 01 March 2019. This contract is a follow-on to current Contract N40085-14-D-5509, awarded to HBC Management Services, LLC, 841 Bishop Street, Honolulu, HI 96813. 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 (Security Guards and Patrol Services), and the annual size standard is $20,500,000.00. 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 NECO/FEDBIZOPPS for the release of the solicitation and amendments (if any). It is anticipated that the solicitation will be released on or about 07 November 2018. 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 susan.roberts2@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/N4008518R9800/listing.html)
- Document(s)
- Attachment
- File Name: N4008518R9800_N4008518R9800__Guards_Synopsis.docx (https://www.neco.navy.mil/synopsis_file/N4008518R9800_N4008518R9800__Guards_Synopsis.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4008518R9800_N4008518R9800__Guards_Synopsis.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008518R9800_N4008518R9800__Guards_Synopsis.docx (https://www.neco.navy.mil/synopsis_file/N4008518R9800_N4008518R9800__Guards_Synopsis.docx)
- Record
- SN05132389-W 20181025/181023230636-32a65d7793b7e246004858c64a7bf8ef (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 |