SOLICITATION NOTICE
S -- Regional Grandfatherd Guards Services located atNaval Weapons Station Yorktown/Cheatham Annex, VA; Philadelphia, PA; Norfolk Naval Shipyard Portsmouth, VA; Craney Island Fuel Terminal, Lafayette R
- Notice Date
- 8/7/2009
- Notice Type
- Presolicitation
- 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
- ZIP Code
- 00000
- Solicitation Number
- N4008509R9901
- Response Due
- 8/14/2009
- Archive Date
- 8/29/2009
- Point of Contact
- Cynthia Brown (757) 322-1023 Alisa Mahaffey(757) 322-1020alisa.mahaffey@navy.mil
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Commander Navy Region MIDLANT (CNRMA) requires contract support to provide labor, management, supervision, supplies, material, and equipment, transportation, and any other items necessary to obtain security related services in support of U.S. Navy Installations. Initial work locations are as follows: Naval Weapons Station (NWS) Yorktown/Cheatham, VA, Naval Support Activity (NSA) Philadelphia, Norfolk Naval Shipyard (NNSY) Portsmouth, Craney Island Fuel Terminal, Portsmouth, and VA, Lafayette River Complex, Norfolk. The remaining locations will be phased in as their current contracts expire: Naval Undersea Warfare Center (NUWC) Newport, RI, USS Constitution, Boston, MA in 2011. The overall required duties include, but are not limited to: entry control point services, identification checks, vehicle inspections, roving guard services, building checks, and security monitor control. Specific contract requirements are unique to each installation. A sixty-day transition period to full performance will be required at each installation at the beginning of the base period of the contract. The Contractor shall provide armed and administrative security services and may be working along side existing government security forces that have law enforcement responsibilities. The anticipated regional security contract will include guard services which were previously contracted for before the enactment of 10 USC 2465 (September 1983). The contract will be issued as a combination Firm-Fixed Price/Indefinite Quantity type contract. The Period of Performance is for a base period with four one-year option periods. Total services will not exceed 60 months. 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 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 proposed procurement is set-aside for 8(a) certified Small Businesses. The RFP will be available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the electronic solicitation on the FEDBIZOPPS website on or about 26 August 2009. Estimated proposal due date shall be at least 30 days after the RFP is posted on the website. The site address to obtain the solicitation is http://www.fedbizopps.gov. The North American Industry Classification System (NAICS) Code is 561612 with a size standard of $18,500,000.00. THE CONTRACTOR IS REQUIRED TO REGISTER WITH DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR). NO CONTRACT AWARD SHALL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD CENTRAL CONTRACTOR REGISTRATION. PLEASE VISIT THE CCR WEBSITE AT https://www.bpn.gov/CCR/scripts/index.html ON HOW TO REGISTER.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R9901/listing.html)
- Record
- SN01903477-W 20090809/090808000243-75ab37dfe26d20012213199634a6ee64 (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 |