MODIFICATION
63 -- Technical Security Services
- Notice Date
- 5/11/2007
- 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 13: SALMEC-07-R-0030 is amended as follows: 1) FAR Clause 52.219-14 Limitations on Subcontracting (DEC 1996) is added to Section I Contract Clauses of the solicitation by reference. 2) If the offerors standard accounting practices require the burdening of allowable travel costs with G & A and any other type of fees, the offeror is required to take the following steps so that the Government may be able to evaluate the offerors cost proposal accurately and fairly. a. The offeror must list clearly in their price proposal (and highlight in Yellow) which travel costs they are proposing to burden with G & A and any other type of fees; b. The offeror must list clearly in their price proposal (and highlight in Yellow) the G & A rate they are proposing for each travel CLIN. The offeror'a proposed G & A (for each reimbursable travel CLIN for the Base Year and each Option Year) rate will be used to burden the Government?s estimated costs for each travel CLIN for that offerors price proposal. The offeror(s) proposed price will be adjusted by the Government accordingly for evaluation of the price proposals for contract award. For instance, if the Government has estimated $350,000.00 for travel for the Base Year (this is the figure that is in Section B of the proposal for the Base Year), and the interested offeror says that he wants to charge 15% G & A on travel for the Base Year, the Government will adjust the listed estimated travel cost by 15% in that offerors proposal. Thus, the estimated travel CLIN in that offeror?s proposal would be adjusted to $402,500.00 (i.e. 15%) for the Base Year as opposed to the Governments estimated $350,000.00 which will be listed in the other offerors proposals who are rolling the G & A into each labor categorys hourly rate. This will be done for each reimbursable travel CLIN the offeror plans to charge G & A on. Offerors planning to do this SHALL NOT adjust the Governments estimated reimbursable amounts but instead clearly type the G & A percentage (they plan to charge the Government) in the right margin next to the reimbursable CLINS. Offerors shall also prepare a memorandum that will be placed on top of the first six (6) pages of the solicitation for each of the six proposals submitted explaining which reimbursable CLINS they will charge G & A (and any other fees) to and the percentage for the Base Year and each Option Year. 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
- Zip Code: 22209
- Record
- SN01292942-W 20070513/070511221009 (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 |