Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2011 FBO #3413
SOLICITATION NOTICE

R -- Quality Assurance and Liaison Support Services Competitive 8(a) - Solicitation

Notice Date
3/28/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering 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
SAQMMA11R0054
 
Archive Date
5/14/2011
 
Point of Contact
Andrew J. Lloyd, Phone: 7033123519, Maxine R. Hodges, Phone: 703-312-3676
 
E-Mail Address
lloydaj@state.gov, hodgesmr@state.gov
(lloydaj@state.gov, hodgesmr@state.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Exhibit H - Past Performance Questionaire Exhibit G - Sample OBO NEC Commissioning Inspection Report Exhibit F - Master Inspection Checklist Exhibit E - Sample Design Review Comments Exhibit D - Security Classification Requirements Exhibit C - Security Classification Guide for Overseas Facilities Exhibit B - Quality Assurance and Surveillance Plan Exhibit A - Projected Workload Solicitation Quality Assurance and Liaison Support SF33 Quality Assurance and Liaison Support The Department of State (DOS), Bureau of Diplomatic Security (DS) has a requirement for a qualified contractor to provide mission-critical quality assurance and liaison support services at embassies, consulates and other DOS facilities worldwide. The Contractor shall perform independent validation and verification compliance inspections to ensure that technical security systems (TSS) and technical security upgrades (TSU) are properly incorporated and installed. The Contractor shall be required to interpret program design drawings, plans and specifications, and conduct inspections for building code compliance. The Contractor shall be required to provide advice, guidance, and direction in resolving the most critical and complex installation issues. The objective of this contract is to perform the TSS inspections in a manner that reduces security vulnerabilities and ensures the installation process is accomplished properly. The Contractor shall be required to review task and delivery order statements of work for security related services under separate DS contracts and develop independent government cost estimates. The Contractor shall also be required to review and measure outside contractor's performance against negotiated performance standards. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in this PWS. Anticipated period of performance is one (1) base year and four (4) one-year options. This requirement will be solicited as 100% 8(a) competitive set-aside and shall utilize a Time-and-Materials (T&M) contract. The contract will be awarded utilizing the trade-off best value source selection methodology. This means that the offeror's plan of operation is more significant than cost. The National American Individual Classification Standard (NAICS) code for procurement is 541330, Engineering Services. All contracted personnel will be required to possess a Top Secret security clearance for employment under this contract. Proposals are due Friday April 29, 2011. The contract will be awarded within approximately forty-five (45) days after proposal submission. Questions are due in writing by not later than April 04, 2011. All announcements and amendments made to the solicitation will be posted on FedBizOpps. To receive updates, click on "Register to Receive Notification. This pre-solicitation announcement is for notification purpose only. Do not submit any information in response. Official questions will be taken after the solicitation notice has been posted. All prospective contractors must be registered in the Central Contractors Registry (CCR) in order to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0054/listing.html)
 
Place of Performance
Address: 1400 Wilson Boulevard, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02411110-W 20110330/110328234632-0b538dbe96a815dd94151a39dc17c951 (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.