Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2013 FBO #4102
SOLICITATION NOTICE

R -- Local Guard Services - U. S. Embassy Port of Spain - Restricted Access Request Form

Notice Date
2/14/2013
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA12R0101
 
Point of Contact
Kelli M. Parker, Phone: 571-345-7896, Jan L Visintainer,
 
E-Mail Address
parkerKM@state.gov, visintainerjl@state.gov
(parkerKM@state.gov, visintainerjl@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Restricted Access Form **PLEASE NOTE: THIS IS A PRESOLICITATION NOTICE. ALL INTERESTED OFFERORS MUST COMPLETE AND RETURN A RESTRICTED ACCESS REQUEST IN ORDER TO BE GRANTED ACCESS TO THIS REQUIREMENT ** The United States Department of State (DOS) has a requirement for a qualified Contractor to provide local guard services at the U.S. Embassy Port of Spain, Trinidad and Tobago. The Embassy requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in the Performance Work Statement (PWS). The Contractor shall be required to provide services in a manner that prevents loss or injury to U.S. personnel, dependents, property; destruction of assets; prevents unauthorized access; and deters potential terrorist attacks. The U.S. Department of State intends to award a time and materials contract, with firm-fixed price and cost reimbursable elements, for local guard services on behalf of the U.S. Embassy Port of Spain. The Government will solicit this requirement as a full and open competition using the acquisition procedures outlined in FAR Part 15. The Government plans to award one contract as a result of this acquisition. Anticipated period of performance is one base year and four one-year options, which shall be exercised at the sole discretion of the Government. The estimated number of annual hours for guard services at this location is 140,000 hours. All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify their suitability to work under this contract. The Project Manager must possess a Level 3 language proficiency, which requires an ability to speak English with sufficient structural accuracy and vocabulary to participate effectively in most formal and informal conversations on practical, social, and professional topics. The approximate acquisition schedule is as follows: the synopsis will be posted for approximately fifteen (15) days. The Government plans to post the solicitation between 15 and 30 days after the synopsis is posted. No paper copies will be mailed. Once the solicitation is posted on FedBizOpps, the offerors will have approximately sixty (60) days to submit proposals. A contract is expected to be awarded within 120 days of proposal submission. All dates are subject to change, and any change will be posted on FedBizOps. A site visit will be scheduled within twenty (20) days of solicitation release. The date of the site visit will be in Section L.1 of the solicitation when released. All interested parties must register in order to be granted access to the U.S. Embassy Port of Spain. Offerors are responsible for all travel arrangements, visas, local transportation, and accommodations in Trinidad and Tobago. Due to space limitations, only two (2) representatives from each firm will be allowed for the site visit. Offerors are requested to provide notice of their interest in the solicitation (i.e., name of representative, name of firm, address) to Kelli Parker at parkerkm@state.gov, if interested in attending the site visit. PHONE CALLS WILL NOT BE ACCEPTED. The Question and Answer (Q&A) period opens with the posting of the solicitation and ends on the date specified in Section L.9 of the solicitation. The solicitation, when finalized, will be available on the Internet at www.fedbizopps.gov. All announcements and amendments made to the solicitation will be posted at www.fedbizopps.gov. To receive updates, click on "Register to Receive Notification." All proposals from responsible vendors will be evaluated if received on time. All prospective offerors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The contract will be awarded to the offeror who submitted a technically acceptable proposal with the lowest evaluated price. PLEASE NOTE: in order to be considered Technically Acceptable all offers must include copies of all existing licenses and permits required to provide security services in Trinidad, or a complete, detailed timeline and narrative showing how the offeror intends to successfully obtain all licenses and permits within the 90 day transition period. If the timeline and narrative is submitted in lieu of granted licenses and permits, completely filled in applications for all licenses and permits must accompany it. Contracting Office Address: Department of State A/LM/AQM/WWD/LGB 1801 N. Lynn St. Arlington, Virginia 22209 Place of Performance: U.S. Embassy Port of Spain, Trinidad and Tobago Primary Point of Contact: Kelli M. Parker, Contract Specialist parkerkm@state.gov Phone: (571) 345-7896 Secondary Point of Contact: Jan Visintainer Contracting Officer visintainerJL@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0101/listing.html)
 
Place of Performance
Address: U. S. Embassy Port of Spain, Port of Spain, Trinidad and Tobago
 
Record
SN02988047-W 20130216/130214234433-d2c9ffbf0b37ea5a685629be3bd20e2d (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.