Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
MODIFICATION

S -- LOCAL GUARD PROGRAM CONAKRY - Amendment 2

Notice Date
6/11/2010
 
Notice Type
Modification/Amendment
 
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
SAQMMA10R0119
 
Archive Date
8/31/2010
 
Point of Contact
Padmavathi Washington-Sicher, Phone: 5713452378, Kelly M Bracey, Phone: 703-875-6298
 
E-Mail Address
Washington-Sicherp@state.gov, braceykm@state.gov
(Washington-Sicherp@state.gov, braceykm@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Extend proposal due date from June 22, 2010 to July 6, 2010. The U.S. Department of State intends to award a time and materials contract, with firm-fixed price and cost reimbursable elements, for local guard services, on behalf of the American Embassy Conakry, required to prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. The Embassy requires a secure environment to conduct their mission. 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 Government will solicit this requirement as using acquisition procedures outlined in FAR Part 15. The North American Industry Classification (NAICS) code for this procurement is 561612, Security Guards and Patrol Services and the small business size standard is $18,500,000 in average annual receipts. The Government plans to award one contract. Anticipated period of performance is one base year and four one-year options, which shall be exercised at the sole discretion of the Government. The estimated number of annual hours for guard services at this location is approximately 620,216 hours. 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. Additionally for employees who will operate vehicles in performance of these services, the individual’s driving record will also be reviewed. The U.S. Government will certify suitability of all Contractor personnel for employment under this contract. English language proficiency requirements vary among the guard force positions. The minimum level required is Level 1 English language proficiency, which requires an ability to satisfy minimum courtesy requirements and maintain very simple face-to-face conversations on familiar topics. The maximum level required is Level 3 English language proficiency, which requires and ability to use the language fluently and accurately on all levels normally pertinent to professional needs. The Government plans to issue the solicitation on or about February 15, 2010 at the FedBizOpps site through addition to this synopsis. No paper copies will be mailed. All announcements and amendments made to this solicitation will be posted to FedBizOpps, to 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 then the solicitation will be posted and 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 the sixty (60) days, 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. A site visit at the U.S. Embassy Conakry are tentatively scheduled, in approximately thirty (30) days after the solicitation opens, a firm date will be announced at the time the solicitation is posted. Offerors are responsible for all travel arrangements, local transportation, and accommodations in Conakry. 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 solicitation is posted, questions may be submitted by email to Patty Washington at Washington-sicherp@state.gov, NO PHONE CALLS PLEASE. The contract will be awarded to the best technically acceptable proposal with the lowest evaluated price. Contact information for the Office of Small and Disadvantaged Business Utilization can be found at http://www.state.gov/m/a/sdbu/cnt/9783.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0119/listing.html)
 
Place of Performance
Address: U.S. Embassy Conakry, Guinea, Guinea
 
Record
SN02176085-W 20100613/100611235424-347812c0a89043b75c99d34277e19a70 (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.