SOLICITATION NOTICE
99 -- Solutions for Global Construction Security Services IDIQ - Past and Present Performance Questionnaire - HHM402-13-R-0018 - DD FORM 254 - Solutions for Global Construction Security Services Labor Rates Excel Sheet
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-13-R-0018
- Point of Contact
- Christopher M Nietubyc, Phone: 202-231-6460, Hakim H Shakir, Phone: 202-231-6469
- E-Mail Address
-
christopher.nietubyc@dodiis.mil, hakim.shakir@dodiis.mil
(christopher.nietubyc@dodiis.mil, hakim.shakir@dodiis.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solutions for Global Construction Security Services Labor Rates Excel Sheet DD FORM 254 RFP Past and Present Performance Questionnaire 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The Virginia Contracting Activity intends to award three (3) IDIQ contracts for the following services: Global Construction Security Services. The Global Construction Security Services contract will provide worldwide security services at different construction sites located throughout the Continental United States (CONUS) and various locations Outside the Continental United States (OCONUS); which may include, but are not limited to: South Korea, Afghanistan, Germany, England, Japan, and Africa, other OCONUS locations as determined in individual task orders. The Statement of Work (SOW) and attached Request for Proposal (RFP) HHM402-13-R-0018 will provide further details of this requirement. The period of performance shall be for one (1) year plus four (4) one (1) year option periods. See attached enclosures for RFP starting on page 3 for a list of CLINs and their associated descriptions, quantities, and units of measure. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-69 dated 1 August 2013 and are attached. 3. This procurement is a 100% Small Business Set-Aside under NAICS code 561210, Facilities Support Services. The small business size standard is $35.5 million. It is solicited on an "all or nothing" basis; no split awards will be made. 4. This is a lowest priced technically acceptable ("LPTA") source selection conducted in accordance with Federal Acquisition Regulation (FAR) Part 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the DIA Acquisition Regulation Supplement Instruction (DARSI). The Government will award a multiple award IDIQ contract resulting from this solicitation to the three (3) responsible offerors whose offers are the lowest priced technically acceptable offers in accordance with the evaluation criteria outlined in this solicitation. The Government will evaluate proposals based on the following factors: Factor 1: Corporate Security; Factor 2: Technical/Management Capability is further divided into four (4) Subfactors, all equally important: Subfactor 1: Technical Expertise; Subfactor 2: Program Management Process; Subfactor 3: Recruitment/Retention; and Subfactor 4: Overseas Project Support. All evaluation factors are equally important, in that an "unacceptable" rating in any factor or subfactor renders the entire proposal technically unacceptable and not awardable. The Government seeks to award to the offeror that will best meet the requirements affordability and technical capability. 5. The following provisions and clauses apply to this solicitation/contract: the clause at FAR 52.212-1, Instructions to Offerors-Commercial (JUN 2008), the clause at FAR 52.212-2, Evaluation-Commercial Items (JAN 1999), the clause at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2011), the clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010), the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (APR 2011) (see pages 45 - 48 of the solicitation to see all the clauses that apply under 52.212-5), the clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011). Other FAR/DFARS clauses indicated by reference applicable to this solicitation as follows: FAR 52.217-8, FAR 52.217-9, FAR 52.219-1, FAR 52.233-4, FAR 52.252-1, DFARS 252.204-7000, DFARS 252.201-7000, DFARS 252.204-7003, DFARS 252.212-7001, DFARS 252.232-7010, DFARS 252.243-7001, DFARS 252.211-7003. 6. The clause at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, offerors are instructed to submit a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with its proposal. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov and provide the copy obtained from the site. 7. **NOTE**This above list does not capture all of the provisions and clauses that apply to this solicitation/contract - see the attached RFP HHM402-13-R-0018 for a complete list. 8. Key Dates to be aware of: a. The Government will be hosting an Industry Day at the DIA HQ on 23 August 2013 from 9:00AM - TBD. In order to attend, you MUST RSVP, NO MORE THAN ONE (1) REPRESENTATIVES PER COMPANY, for the event no later than 4:30PM EST on 20 August 2013 via email to christopher.nietubyc@dodiis.mil and copy hakim.shakir@dodiis.mil. If you do not RSVP, or RSVP by this date and time, you will NOT be allowed to attend. If you do not have credentials to get on base, you'll need to submit the following information to Christopher Nietubyc and Hakim Shakir: 1) Full Name; 2) Social Security Number; 3) Make/Model of vehicle the representative will be driving; and 4) License Plate Number of the vehicle the representative will be driving. You must enter through the visitor's gate. Be sure to have a current/valid driver's license, current/valid car registration, and a current/valid insurance card. Base access may NOT be available without these credentials. b. All questions/inquiries concerning this RFP document must be submitted via email no later than 12:00PM EST on 27 August 2013 to christopher.nietubyc@dodiis.mil and copy hakim.shakir@dodiis.mil. Do not mail or fax any questions/inquiries. Questions/inquiries will not be accepted after this date/time. c. Offeror shall send a copy of Attachment 2 to their prospective past and present performance candidate for completion. Once complete, offeror shall ensure the completed past and present performance questionnaire is emailed directly to christopher.nietubyc@dodiis.mil and copy hakim.shakir@dodiis.mil no later than 4:30PM EST on 3 September 2013. d. Proposals for this acquisition are due no later than 4:30PM EST on 3 September 2013 via MAIL to the following address: Virginia Contracting Activity Attn: Christopher Nietubyc, AE2A 200 Mac Dill Blvd Joint Base Anacostia-Bolling Bldg. 6000, Room N275g Washington, DC 20340-5100 9. Proposals will be accepted from all qualified small businesses if received by the stated closing date. 10. If there are any questions concerning this solicitation, please contact Christopher Nietubyc (Contract Specialist) at 202-231-6460 or Hakim Shakir (Contracting Officer) at 202-231-6469 and/or via email at christopher.nietubyc@dodiis.mil and copy hakim.shakir@dodiis.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-13-R-0018/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03148514-W 20130816/130814235200-ffb59150acb905e232465748414633f8 (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 |