SOLICITATION NOTICE
R -- Access Control Manager Services - SOW - Access Control
- Notice Date
- 8/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-10-R-0258
- Archive Date
- 9/11/2010
- Point of Contact
- Glenna J. Paulson, Phone: (202) 231-4640, Diana Bradham, Phone: 202-231-8844
- E-Mail Address
-
glenna.paulson@dia.mil, diana.bradham@dia.mil
(glenna.paulson@dia.mil, diana.bradham@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP SOW for Access Control This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. Solicitation number HHM402-10-R-0258 is issued as a Request for Proposals. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The NAICS code is 561612 and the business size standard for this NAICS is $18.5 Million. This Procurement is a 100% total small business set aside. All prospective offerors must have a Commercial And Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Applications (ORCA) at http://orca.bnp.gov. The Period of Performance is for a Base Period of nine (9) months from date of award with three (3) twelve month option periods. This requirement is for Access Control Services by contractor personnel to ensure that accountability measures are established for vehicle, personnel and property entering and departing the Joint Use Intelligence Analysis Facility (JUIAF) and the United Land Corporation (ULC), Building One (1), Rivanna Station, Charlottesville, Virginia. The Access Control Program (ACP) will be operated under the management of the Police and Security Services Division (DAC-P). The Virginia Contracting Activity intends to award a Fixed Price Labor Hour Contract. The Government intends to award a single contract to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Volume I: Security, Technical and Management Approach; Volume II: Relevant Past and Present Performance; Volume III: Cost/Price. The evaluation factors are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation by reference: 52-212-1, Instructions to Offers - Commercial Items; 52.212-2, Evaluation - Commercial Item; 52.212-3, Offer Representation and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222-19 Child Labor Cooperation with Authorities; 52.222-19 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract. The following DFARS clauses and provisions apply to this solicitation and are hereby incorporated: 252.212¬7000, Offeror Representations and Certification - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission; 252.232-7010 Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; and 252.243-7002, Requests for Equitable Adjustment. All Clauses and Provisions may be found in full text at the following web site: http//farsite.hill.af.mil. Proposals and questions are to be submitted to Glenna J. Paulson, Contract Specialist, Virginia Contracting Activity, Bolling Air Force Base, Building 6000, Washington, D.C. 20340. Only e-mailed questions will be accepted at glenna.paulson@dia.mil. Questions must be e-mailed prior to 3:00 P.M. EST on Friday, August 20, 2010. The deadline for proposals is 4:30 P.M. on Friday, August 27, 2010. Work is to begin September 1, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-10-R-0258/listing.html)
- Place of Performance
- Address: Charlottesville, Charlottesville, Virginia, United States
- Record
- SN02240339-W 20100815/100813235857-e53bc49de025bcc3100215fa9e69b428 (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 |