Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
MODIFICATION

63 -- Technical Security Services

Notice Date
5/7/2007
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SALMEC-07-R-0030
 
Response Due
5/29/2007
 
Archive Date
7/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 8: SALMEC-07-R-0030 is amended as follows: A. 1) Exhibit 2, Technical Security Services Proposal Checklist, page 125, Item #4 is changed to read....Are the first six (6) pages of the solicitation in each proposal submission instead of Are the first four (4) pages of the solcitation in each proposal. 2) Section C, page 26, #7. Key Personnel reads as follows: Shall have a Bachelor's Degree in Business Administration, Engineering Management, Architecture or Engineering from an accredited university and a minimum of five (5) years of management experience in electronic systems related business OR a Bachelor's Degree from an accredited college and a minimum of eight (8) years of management experience in electronic systems related business; OR eight (8) years of management experience in technical security installation. 3) Section C.1.4.2, Contractor's Delivery Order proposal is changed to read as follows: The contractor shall submit a detailed proposal within 10 workdays from receipt of requests from the Government as specified in Section 2.2.1. B. Interested offerors shall contact Dept. of State P.O.C. Kevin T. McGhee at mcgheekt@state.gov for Attachments J.4, J.6, J.8 and J.15 if you have not already downloaded them. C. Here are the answers to the following questions: 1) Is a CRP required for this contract? Contractors do not have to have a CRP. However, in order to comply with Secure Shipping rules, they have to utilize a CRP for certain projects. How contractors receive the equipment and materials and get it to the Post is up to the discretion of each contractor. The CRP language is in the RFP and will be in the resulting contract to state the rules and regulations that will apply if the contractor chooses to establish a CRP. 2) Will we be required to store long lead items at our warehouse and/or CRP? No. 3) How will current warehoused inventory be divided among the successful contract holders if more than one company is selected for this contract? The Government may make the current warehoused inventory available to the contractors who are awarded delivery orders as government furnished inventory for installation via the delivery orders. There will be no division of current inventory among contractors. 4) Will each contract holder be required to maintain a warehouse and inventory? This contract does not require the contractor(s) to maintain a warehouse and inventory. The methods used by the contractors to make sure that the equipment required by each delivery order is ordered and delivered to the Post on time are a contractor's business decision. Offerors who choose to maintain a warehouse and inventory are required to include the cost of warehouse and inventory in their proposal. 5) The TSS proposal checklist indicates that the questions must be included with the response for each scenario. Does this count towards the page limitation? No. The question does not count towards the page limitation. C. The following information is stated to clarify different areas of the proposal: 1. The $65 million ceiling (Section B. page 13) for this requirement is the total for all contracts awarded under this RFP. 2. There is not a limit on the number of projects that offerors can list for Exhibit 8, Listing of Technical Security Service Installations Done Within the Past 5 Years Similar in Scope. The projects are for the proposing company. 3. There is not a limit on the number of Electronics Technician Team leader (s) or Electronics Technician (s) offerors can list for Exhibit 9, Proposed Labor Categories. Each shall have an accompanying resume. 4. Offerors shall follow instructions listed in Section L, on page 120 of the solicitation titled, II. Preparing Proposal Packages when preparing their proposal for submission. SYNOPSIS The U.S. Department of State Office of Overseas Buildings Operations (OBO) intends to award a Fixed Price, Performance Based, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for installation of technical security systems (i.e. including alarm, door control, Closed Circuit Television (CCTV), public address, x-ray, metal detection, explosive detection and intercom systems) at Department of State diplomatic missions, embassies and consulates worldwide. The Government intends to solicit this requirement as a Total Small Business Set-Aside using acquisition procedures outlined in FAR Part 15. Due to time constraints, the offeror shall have a Top Secret Security Facility Clearance or Interim Top Secret Security Facility Clearance at the time of proposal submission. Firms must also have the capability of providing DSS Safeguarding and the capability of providing a DSS approved classified computer system. The Government intends to award up to two (2) contracts to responsible offerors whose proposals conform to the requirement of the solicitation and are evaluated as being the Best Value to the Government, cost or price and other factors considered. The proposed performance period shall be one (1) base year and four (4) one year option periods (which shall be exercised at the sole discretion of the Government). The North American Industry Classification (NAICS) code for this procurement is 238210, Electrical Contractors and the small business size standard is $13.0M. The solicitation will be issued on or about February 26, 2007. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Offerors shall check FEDBIZOPPS.GOV daily to keep abreast of all updates (amendments) concerning this requirement.
 
Place of Performance
Address: U.S. Department of State, 1701 N. Ft. Myer Drive, Arlington, VA
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01288758-W 20070509/070507220338 (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.