Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
MODIFICATION

R -- GUARD SERVICES - CBA

Notice Date
7/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTOS59-13-R-00310
 
Point of Contact
Brandon O. Lorthridge, Phone: 2023666338, Cynthia Vass-Lassiter, Phone: 2023664263
 
E-Mail Address
brandon.lorthridge@dot.gov, c.vass-lassiter@dot.gov
(brandon.lorthridge@dot.gov, c.vass-lassiter@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
CBA BETWEEN E&A PROTECTIVE SERVICES AND NUSPOA LOCAL 201 SIGNED 12/21/2011 Amendment 05 - dated 7/12/2013 The purpose of this amendment is to incorporate the attached Collective Bargaining Agreement (CBA) between E&A Protective Services - Bravo, LLC and the National Union, United Security & Police Officers of America, Local 201 signed 12/21/2011 into the solicitation. All other terms and conditions remain unchanged. -------------------------------------------- Amendment 04 - dated 7/8/2013 This amendment is to attach a revised Exhibit 1 which is representative of a 365 day period. All other terms and conditions remain unchanged. ----------------------------------------------------- Amendment 03 - dated 7/1/2013 This amendment is hereby issued to answer Guard Services questions that were posed during the questions period. Additionally, the following changes are hereby incorporated: •1. Insert attachment - APSO Qualifications 070113 •2. Insert Revised Exhibit 1 - Post Hours Summary 070113 •3. Insert Revised Exhibit 16 - Contractor Provided Uniform 070113 •4. Insert Revised Pricing Template dated 070113 •5. Insert Revised Statement of Work DTD 070113 •6. The following questions were submitted to the Contracting Officer and are hereby answered in the attached document - Guard Services Questions and Answers for DTOS59-13-R-00310 •7. The closing date and time for submission of proposals and Past Performance Questionnaires is July 25, 2013 11:00AM ET. •8. All other terms and conditions remain unchanged. ----------------------------------------------------------------- Amendment 02 - dated 6/11/2013 The RFP close date is July 10, 2013 11:00am ET ------------------------------------------------------- Amendment 01 - dated 5/28/2013 In accordance with the Small Business Administration's acceptance letter of this requirement being an 8(a) Competitive requirement and the Statement of Work, all offerors must have an office within 50 miles of the U.S. Department of Transportation in order to be considered for award. This is an extraction from the SOW that was submitted to SBA for acceptance. C.4.1.1 T he Contractor shall have an office within a radius of fifty (50) miles of Washington, D.C. This office will have a permanent staff to provide and support trained employees at all times to perform the services prescribed by the contract. -------------------------------------------------------------------------------- The United States Department of Transportation (USDOT), Office of the Secretary of Transportation (OST) Office of Acquisition Services intends to issue a solicitation for Guard Services for OST - Office of Security (M-40). A Firm Fixed Price/Labor contract is anticipated. This requirement will be advertised under NAICS 561612 (Security Guards & Patrol Services, which has a size standard of $18.5 million. The Product Service Code (PSC) is R430. This requirement is being set-aside 100% for competition limited to eligible 8(a) contractors Solicitation DTOS59-13-R-00310 will be posted to http://www.fbo.gov on or about 4 June 2013. The date and time for receipt of proposals is expected to be 8 July 2013 at 11:00am, EST. The solicitation may be downloaded from the above website. No paper copy of the solicitation will be distributed. Prospective offerors MUST be actively registered in the System for Award Management (SAM), located at http://www.sam.gov to be eligible for award. In order be eligible to participate a prospective offeror, at the time of its offer, must be certified by the U.S. Small Business Administration (SBA) for participation in the SBA's 8(a) program. The contract has a potential period of performance of a transition period, Base Period, and four one-year options. The Places of performance will be at 1200 New Jersey Avenue, S.E. Washington, DC 20590 (USDOT Headquarters Building), 600 Independence Avenue, S.W. Washington, DC 20590 (FAA Wilbur Wright Building), and 800 Independence Avenue, S.W. Washington, DC 20590 (FAA Orville Wright Building). The USDOT will use competitive acquisition procedures employing best practices for conducting a competitive procurement as authorized by the Federal Acquisition Regulations (FAR). Offers will be evaluated and contract award will be on the basis of selection of the proposal representing the "Best Value to the Government". The evaluation factors and their relevant importance will be stated in the solicitation. Issuance of this solicitation does not constitute an award commitment on the part of the Government, nor does it commit the Government to pay for the costs incurred in the preparation and submission of proposal. Proposals must be emailed to Brandon Lorthridge, Contract Specialist, at brandon.lorthridge@dot.gov and Cynthia Vass-Lassiter, Contracting Officer at c.vass-lassiter@dot.gov. This is the only acceptable method for proposal submission. If proposals are received via any other method, it will not be accepted or reviewed. Questions regarding this solicitation should be directed to Brandon Lorthridge at brandon.lorthridge@dot.gov and Cynthia Vass-Lassiter at c.vass-lassiter@dot.gov. Telephone requests and questions will not be accepted. The U.S. Department of Transportation will hold a mandatory site visit at the three aforementioned locations. All companies must attend all site visits in order to be considered for award. The mandatory site visit is scheduled for June 11, 2013, at 11:00am. Please advise the Contract Specialist, Brandon Lorthridge at brandon.lorthridge@dot.gov and Contracting Officer, Cynthia Vass-Lassiter at c.vass-lassiter@dot.gov of your plan to attend no later than June 4, 2013 at 3:00pm. Only two personnel may attend the site visit per company. The first site visit will take place at 1200 New Jersey, S.E. Washington, DC 20590 (USDOT Headquarters Building) on June 11, 2013 at 11:00am. Below is a schedule for the site visit at USDOT Headquarters: 10:00am In-processing (Offerors receiving Badges to enter facility) 11:00am Site Visit begins At the conclusion of site visit at USDOT Headquarters we will break for lunch and will resume the site visit for 600 Independence Avenue, S.W. Washington, DC 20590 (FAA Wilbur Wright Building), and 800 Independence Avenue, S.W. Washington, DC 20590 (FAA Orville Wright Building). Below is a schedule for the site visit at FAA Wilbur Wright and Orville Wright Buildings: 1:00pm In-processing (Offerors receiving Badges to enter facility) 1:15pm Site Visit begins **Vendors should in-process at the 800 Independence Avenue, S.W. entrance.** Parking will not be provided for the site visit, so please allow extra time in commuting to these locations. We highly encourage the utilization of public transportation to both sites.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-13-R-00310/listing.html)
 
Place of Performance
Address: 1200 New Jersey Avenue SE, 600 Independence Avenue SW, 800 Independence Avenue SW, (all in Washington DC - Same Zip Code 20590), Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN03115587-W 20130714/130712235037-6f46a53e166944a8bb860b057379a741 (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.