Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2012 FBO #3717
MODIFICATION

S -- Armed Protective Services - Solicitation 1

Notice Date
1/26/2012
 
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-00005
 
Response Due
2/20/2012 1:00:00 PM
 
Point of Contact
Rosetta M Jackson, Phone: 2155213105, Michael D. Byrne, Phone: 215-521-2247
 
E-Mail Address
rosetta.jackson@dhs.gov, michael.byrne@dhs.gov
(rosetta.jackson@dhs.gov, michael.byrne@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Seniority List PIV Processing Locations On site Supervisory Fill In Post Exhibit Non-Disclosure Form Award Approval Request Price Element Breakdown Prevailing WD CBA2011-4137 CBA 2009-2768 Past Performance Questionaire Past Project Form Statement of Work Exhibits Statement of Work PDF Version of SF-1449 RFP Solicitation for Commerical Items HSHQEC-12-R-00005, Pre-Proposal Conference Information included. The Department of Homeland Security, Federal Proctective Service, East Consolidated Contracts Group, intends to procure armed protective security services at the following VA sites: Social Security Administration (SSA) facility at 9500 Center Street, Manassas, VA, Department of Justice (DOJ) facility at 9235 Discovery Blvd, St. Manassas, Va, CIS/DEA facility at 2675 Prosperity Avenue, Dunn Loring, Va, Social Security Administration (SSA) facility at 11212 Waples, Mill Rd. Fairfax, VA. The protective security officer services will protect the personnel and property at these locations. The overall period of performance will be five years with a six month option. This requirement is being solicited as a commercial item in accordance with FAR PART 12. It is anticipated that a single award, IDIQ 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 and an additional six month optional ordering periods 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 mus 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 Rosetta Jackson who can be reached at 215 521-3105 or via email rosetta.jackson@dhs.gov. A copy of the post exhibit (RFP, Section D, Attachment 2(a) and 2 (b) will be provided upon a request from the offeror to the Contract Specialist. A non disclosure agreement will need to be completed prior to the release of the post exhibit. Notice to Offerors A. All proposals are due by 1:00pm EST, on Monday, February 20, 2012. All proposals shall be made via hard copy to: U.S. Department of Homeland Security Federal Protective Service Office of Procurement Operations 701 Market Street - Suite 3200 Philadelphia, PA 19106 Attn: Rosetta Jackson B. All questions regarding this solicitation are due by 1:00pm EST, on Friday, February 10, 2012. Submit all questions in writing to Rosetta Jackson via email Rosetta.Jackson@dhs.gov. C. This acquisition is set-aside for Small Business. D. For copy of the post exhibit, please submit a completed non-disclosure form (11000-6) and submit the form to Rosetta Jackson via email Rosetta.Jackson@dhs.gov.. This form is under Attachment 8 of this solicitation. E. There are multiple CBAs covering the Protective Security Officers (PSO). Please refer to the attached CBAs and Prevailing Wage Determination which correspond to the different locations. - Prospective Offerors- In support of the referenced Request for Proposal, the Department of Homeland Security (DHS), Federal Protective Service (FPS) is conducting a PRE-PROPOSAL CONFERENCE which will be held as follows: Date & Time- Wednesday February 1, 2012 at 10:00 am EST Prospective contractors should congregate in the lobby and will be escorted to the meeting room. The meeting will begin promptly at 10:00 am and is expected to continue for approximately one (1) hour. Location- Mellon Independence Center, 701 Market Street, Suite 3200 Philadelphia, PA 19106. There are 2 side entrances to our building, one on 7 th and one on 8 th -both with blue awnings that display the "Ross" store sign. Once you enter from either entrance, walk directly to the center of the building by the atrium. You will see the entrance to the office spaces there (do not be alarmed that you will not see Federal Protective Service displayed on the Marquis). Enter and go to the guard desk. Security- Employees will need to go through security once you get into the building. Photo ID will be required to gain access into the building. Please plan to arrive at the building at least thirty minutes before the conference to allow for the security process. Purpose- The purpose of the pre-proposal conferences is to provide a briefing on the contracting concept, the scope of the work and the exhibits, so that offerors can ascertain the general conditions that could materially affect the proposal price. We consider attendance at these conferences vital to the preparation of a competitive and cost effective proposal and to understand the total result desired by the Government. Therefore, attendance at the pre-proposal conference is strongly recommended for all Contractors. Note that this is a small business set-aside and only interested parties should attend. Contractors are required to notify Rosetta Jackson via email at Rosetta.Jackson@dhs.gov, telephone (215) 521-3105, with the names of the individuals who will attend the conference. Notification must be sent prior to 3:00 pm EST on 1/30/2012. If you can not physically attend the pre-proposal conference a conference call in phone number will be provided, please email Rosetta.Jackson@dhs.gov for the conference call in number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eab362b6bfbfa49d3b80e4c1bd5ac4c7)
 
Place of Performance
Address: The Department of Homeland Security, Federal Proctective Service, East Consolidated Contracts Group, intends to procure armed protective security services at the the following VA sites: Social Security Administration (SSA) facility at 9500 Center Street, Manassas, VA, Department of Justice (DOJ) facility at 9235 Discovery Blvd, St. Manassas, Va, CIS/DEA facility at 2675 Prosperity Avenue, Dunn Loring, Va, Social Security Administration (SSA) facility at 11212 Waples, Mill Rd. Fairfax, VA. The protective security officer services will protect the personnel and property at these locations., United States
 
Record
SN02661644-W 20120128/120126234359-eab362b6bfbfa49d3b80e4c1bd5ac4c7 (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.