SOLICITATION NOTICE
S -- Contractor Escort Services - Solicitation - Standard Form 1449 and Scope of Work
- Notice Date
- 10/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS-11P-11-MK-D-0004
- Point of Contact
- Tanuja Majety (TJ), Phone: 202-708-5249, Trish Ludlow, Phone: 202-205-5696
- E-Mail Address
-
tanuja.majety@gsa.gov, trish.ludlow@gsa.gov
(tanuja.majety@gsa.gov, trish.ludlow@gsa.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Request for Proposal Solicitation - Standard Form 1449 i) This is a COMBINED SYNOPSIS/SOLICITATION for a COMMERCIAL ITEM requirement prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested with this notice and a written solicitation is issued along with this notice (see attached Scope of Work (SOW)). The General Services Administration, PBS, NCR, Design and Construction Division intends to acquire, escort services under the provisions of the Small Business Act [13 CFR § 631] to be fully set-aside per FAR 19.1305 for SBA Certified Hub Zone Firms to compete under the HUBZone Program. The GSA is in need of escort services for the construction contractors, cleaning contractors, and other contractors in highly secured areas. The contract will consist of one (1) year base ordering period followed by four (4), twelve month optional ordering periods. It is anticipated that a single award, fixed price, indefinite quantity, indefinite delivery type contract will be established as a result of the solicitation. The prime contractor must have a geographically distinct place of business or subsidiary office within a 100 mile radius of the District of Columbia Metropolitan Area. (ii) Solicitation No. GS-11P-11-MK-D-0004 is issued as a Request for Proposal (RFP) and a commercial item contract will be awarded using low price technically acceptable (LTPA) per FAR Part 15.101-2. Under an LPTA, all technical acceptability criteria other than cost or price, when combined, are approximately equal to cost or price. Please refer to SOW for the Go-No Go Technical Acceptability Criteria. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations including amendments thru FAC 2005-45, effective October 01, 2010. (iv) This is a full and open procurement with exclusion of sources as a set-aside for SBA Certified Hub Zone Firms to provide a range of escort services under NAICS 561612 (Guard Services). (v) The contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screening, reports, and files necessary to accomplish the task. (vi) STATEMENT OF WORK: See attached MSWord file. vii) The contract terms will begin with service starting on or about December 2010 and going through until September 2015, per FAR clause 52.217-9 depending upon the availability of funding and all options being exercised. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. (viiii) Proposals must be provided in English and United States dollars. (ix) A contract will be awarded using LPTA per FAR Part 15.101-2. All technical acceptability criteria other than cost or price, when combined, are approximately equal to cost or price. Please refer to SOW for the Go-No Go Technical Acceptability Criteria. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addenda to the clause. Refer to the solicitation for additional FAR Clauses (xii) A Defense Priorities and Allocations System (DPAS) assigned rating is not applicable to this acquisition. (xiii) With the exception of the SOW and this synopsis, there are no additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiiii) Failure to provide pricing for any CLINs may result in the rejection of your proposal. Full text of all FAR clauses and provisions are available electronically at the following Internet address: ( http://www.arnet.gov/far ). Proposal shall be in writing and must be signed by an official authorized to bind the organization. Oral quotations will not be accepted. Questions must be submitted in writing to the contract specialist at the email address or facsimile number provided at the end of this notice. Proposals shall be submitted in an original and three copies must be sent via courier or overnight delivery prior to the deadline not later than 2:00 PM (EST) on November 04, 2010 Bid Room # 1065, GSA/NCR, 7 th & D St, S.W. Washington, DC 20407. (xx) Contact: Any questions related to this proposed acquisition shall be submitted in writing by email to the Contract Specialist at Tanuja.Majety@gsa.gov and the Contracting Officer at Trish.Ludlow@gsa.gov. by COB Friday, October 22, 2010. All written requests for information regarding this requirement shall include company name, mailing address, and point of contact, telephone number, and facsimile number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS-11P-11-MK-D-0004/listing.html)
- Place of Performance
- Address: District of Columbia Metropolitan Area, Washington, District of Columbia, United States
- Record
- SN02311345-W 20101016/101014234216-5cf3c41d82fd272f82e3cb49b2baac60 (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 |