Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

R -- Armed Security Guard Services

Notice Date
5/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-08-R-00008
 
Response Due
6/30/2008 1:30:00 PM
 
Point of Contact
Carmencita D. Jones,, Phone: (202) 493-0130, Darlene A Robinson, Phone: 202-366-5935
 
E-Mail Address
carmencita.jones@dot.gov, darlene.robinson@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Transportation (DOT), Acquisition Services Division, intends to release a Request for Proposal (RFP) for security guard services at the DOT and Federal Aviation (FAA) Headquarters Buildings in Washington, DC. This acquisition is a 100% set-aside for 8(a) contractors and is anticipated to be restricted to 8(a) concerns within the Washington, DC, Richmond, VA and Baltimore, MD geographical areas in accordance with FAR 52.219-18. The 8(a) owned firm for this acquisition shall be certified and be in good standing as a 8(a), with Small Business Administration. Only one award will result from this requirement consistent with NAICS Code 561612. For this code s mall business is defined as a concern, which has an annual gross revenue of $17 Million. It should be noted that the Government intends to closely monitor to assure that the small business concerns are certified, in good standing with the Small Business Administration. and whereas a qualified 8(a) small business concern proposes teaming arrangements with a large business concern to perform the requirements of this solicitation the small business firm actually performs more than 50% of the work. Award of a firm-fixed-priced, performance based type contract (commencing October 1, 2008) with one base year and four option years is anticipated. Options will be exercised solely at the Government’s discretion as authorized by FAR 17.2. Release of the formal solicitation is planned for not later than May 31, 2008. The formal solicitation will be available electronically via this web site: www.fedbizopps.gov (reference solicitation DTOS59-08-R-00008 under, DOT, Office of the Secretary of Transportation (OST), Acquisition Services). Potential offerors should be cognizant and give strict adherence to the mandatory pre-registration attendance requirement applicable to both the pre-solicitation conference and the subsequent mandatory site visit requirements. NOTE: Pre-registration is required for admission to the "site visits". No recording devices or cameras will be permitted at the conference session and/or site visits. All interested offerors shall register no later than 12:00pm May 9, 2008. PRE-REGISTRATION: Pre-registration is not complete until a signed NON-DISCLOSURE STATEMENT has been submitted and received by the Contracting Officer. All advance notices shall be sent via electronic mail to Carmencita.Jones@dot.gov. SITE VISITS: All participants must allow enough time to sign in, clear security and be escorted to the designated Place of Performance sites. Site visits will begin at 9:30am on May 13, 2008 at Department of Transportation (DOT), Headquarter (HQ) Complex, 1200 New Jersey Avenue, SE, Washington, D.C. and will begin at 1:30pm on May 13, 2008 at the Federal Aviation Buildings (FAA) at Orville Building, 800 Independence Avenue, SW, and Wilbur Building, 600 Independence Avenue, SW, Washington, D.C. NOTE: Public Parking within the vicinity of the DOT Hqtrs Complex is extremely limited; consequently, visitors should plan accordingly. The Statement of Work (SOW) and a copy of the solicitation will be provided only to Pre-registration Attendees. These procedures are considered diligent in balancing adequate proposal preparation information, security concerns for sensitive information with regards to building infrastructure and security processing procedures. It is anticipated the solicitation and related documents will be provided in Microsoft Word format. All questions and comments regarding the solicitation and site visits are due not later than May 23, 2008 and shall be addressed via email to the Contracting Officer (Carmencita.Jones@dot.gov). Solicitation documents (e.g. amendments to the RFP and responses to questions) will be disseminated to offerors via the same method (FedBizOpps). ATTENTION: Minority, Woman-Owned, and Disadvantaged Business Enterprises (DBEs)! The DOT Short-Term Lending Program (STLP) offers working capital financing in the forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest rates tied to the prime rate. For further information, call (800) 532-1169 or (202) 366-1930. Internet address: http://osdbuweb.dot.gov. Set-aside: 100% 8(a) Competitive Place of Performance Address: U.S. Department of Transportation, South East Federal Center, 1200 New Jersey Avenue, SE, Washington, DC 20590 U.S. Department of Transportation, Federal Aviation Administration, Wilbur Wright Building, 600 Independence Avenue, SW, Washington, DC 20591 U.S. Department of Transportation, Federal Aviation Administration, Orville Wright Building, 800 Independence Avenue, SW, Washington, DC 20591
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27da094a00a06fd48de7d086a62eb5e5&tab=core&_cview=1)
 
Place of Performance
Address: various, United States
 
Record
SN01565933-W 20080504/080502220329-4a93d2aaa34c9d03737d67af03e8859c (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.