MODIFICATION
S -- Protective Security Officer - Solicitation 1
- Notice Date
- 12/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
- ZIP Code
- 19106
- Solicitation Number
- HSHQEC-12-R-00002
- Response Due
- 1/23/2012 1:00:00 PM
- Point of Contact
- John DeSimone, Phone: 215-521-3050, Michael D. Byrne, Phone: 215-521-2247
- E-Mail Address
-
john.desimone@dhs.gov, michael.byrne@dhs.gov
(john.desimone@dhs.gov, michael.byrne@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Seniority List Onsite Supervisory Fill In Post Exhibit Non-Disclosure Form Award Approval Request Price Element Breakdown CBA2009-3010 CBA2010-3632 CBA2005-2861 CBA2010-3840 Prevailing WD Past Performance Questionnaire Past Project Form Statement of Work Exhibits Statement of Work PDF version of SF-1449 RFP-Solicitation for Commerical Items-HSHQEC-12-R-00002, Pre-Proposal Conference Information included, 1/04/2012. The Department of Homeland Security, Federal Protective Service, East Consolidated Contracts Group, intends to procure armed protective security services at the following Washington, DC sites: 1990 K Street; 1800 M Street; 2100 M Street, 1111 20th Street, 1441 L Street, 1227 25th St and 1401 H St. This requirement is being solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, indefinite delivery/indefinite quantity type contract with fixed price delivery orders will be established as a result of the solicitation. The contract will consist of a 12 month base ordering period followed by four 12 month optional ordering periods with an additional six month optional ordering period pursuant to FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $18.5 Million. As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, license, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish the requirement. The RFP shall require the submission of a technical proposal as well as a price proposal. All proposals received from industry will be evaluated using Best Value/Trade-Off procedures. This requirement is being set-aside for a Small Business. All contractors must be registered (http://www.ccr.gov) in the Central Contractor Registration (CCR). Further, offerors are required to go on-line to the Business Partner Network at http.orca.bpn.gov to complete their Online Representations and Certifications Applications (ORCA) prior to submittal of a proposal. For questions regarding this announcement, please contact John DeSimone who can be reached at 215-521-3050 or via e-mail john.desimone@dhs.gov. A copy of the post exhibit (RFP, Attachment 8) will be provided upon a request from the offeror to the Contract Specialist. A non disclosure agreement (Form 11000-6, Attachment 8) will need to be completed prior to the release of the post exhibit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7c33e10d9ba8207236183276765eb39)
- Record
- SN02645713-W 20111229/111227233625-f7c33e10d9ba8207236183276765eb39 (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 |