Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

S -- Security Guards and Patrol Services - American Embassy Maseru, Lesotho

Notice Date
4/16/2010
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA-10-R-018
 
Point of Contact
Celenne G. Cook, Phone: 5713452377, Frank B. O'Donnell, Phone: 5713452374
 
E-Mail Address
cookcg@state.gov, o'donnellfb@state.gov
(cookcg@state.gov, o'donnellfb@state.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of State has a requirement for a qualified contractor to provide local guard services at the American Embassy Maseru, Lesotho. The Embassy requires a secure environment to conduct their mission therefore the successful contractor shall be required to prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; prevent unauthorized access; and deter potential terrorist attacks. Duties will include, but not be limited to, restricting entry of unauthorized personnel, operation of walk-through metal detectors, hand-held detectors, electronic and hydraulic barriers and surveillance by motor patrol. The resultant contract will be time and materials, with firm-fixed price and cost reimbursable elements. The Government will solicit this requirement as a full and open competition using acquisition procedures outlined in FAR Part 15. The Government plans to make a single contract award. The anticipated contract term will be comprised of a base year and four one-year option periods. The option periods shall be exercised at the sole discretion of the Government. The estimated number of annual hours for standard guard services at this location is approximately 274,900. All Contractor personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor, including checks on employment history, criminal record, residence, and credit. Driving records will reviewed for all contractor personnel assigned to motor patrol surveillance. The U.S. Government will certify suitability of all Contractor personnel for employment under this contract. The guard force positions have language proficiency requirements. Guards must be able to converse with employees and visitors in both English and Sotho languages. The minimum English proficiency level required for most positions is Level 2 English language proficiency. Level 2 requires the ability to satisfy minimum courtesy requirements and maintain very simple face-to-face conversations on familiar topics. The Supervisor and Dispatcher will require Level 3 proficiency in English as well as the ability to communicate fluidly at Level 4 in Sotho. The Government plans to issue the solicitation on or about April 19, 2010. No paper copies will be mailed. The solicitation, all announcements and amendments will be posted to www.FedBizOpps.gov. To access the solicitation, amendments and receive updates, click the link for “Register to Receive Notification.” The approximate acquisition schedule is as follows: the synopsis will be posted for approximately fifteen (15) days. Upon release of the solicitation the question and answer (Q&A) period begins, the solicitation will be open for sixty (60) days and proposals must be received by close of business on the sixtieth (60) day, award will be made approximately forty-five (45) days after proposal submission. All dates are subject to change, Offerors will be notified by amendment to the solicitation posted on FedBizOpps. The Solicitation Number is SAQMMA-10-R-0018, however the Fedbizopps link is SAQMMA-10-R-018. A site visit at the U.S. Embassy Maseru is scheduled for April 26, 2010. Offerors are responsible to confirm the date and time; all travel arrangements, local transportation, and accommodations in Maseru. Due to space limitations, only two representatives from each firm will be allowed for the site visit. Do not contact embassy officials or personnel pertaining to the site visit; direct all related questions by email to the Contract Specialist listed below. All proposals from responsible vendors will be evaluated if received on time. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. No questions concerning this requirement will be answered until the solicitation is posted. Once the solicitation is posted, questions may be submitted by email to Celenne Cook at cookcg@state.gov, PHONE CALLS WILL NOT BE ACCEPTED. The contract will be awarded to the best technically acceptable proposal with the lowest evaluated price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-10-R-018/listing.html)
 
Place of Performance
Address: American Embassy Maseru, Lesotho, Lesotho
 
Record
SN02123985-W 20100418/100416234823-d2402eb1e9a1a5a057e46610663e5561 (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.