Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2013 FBO #4362
SOLICITATION NOTICE

S -- Armed PSO Services for States of Minnesota & Wisconsin

Notice Date
11/1/2013
 
Notice Type
Presolicitation
 
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
HSHQE5-14-R-00001
 
Point of Contact
Paul M. Szymanski, Phone: 8176496208, Marcus Mason, Phone: 8176496224
 
E-Mail Address
paul.szymanski@ice.dhs.gov, marcus.l.mason@ice.dhs.gov
(paul.szymanski@ice.dhs.gov, marcus.l.mason@ice.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. The Department of Homeland Security, Office of Procurement Operations, Federal Protective Service Acquisition Division, East Consolidated Contracting Group has a requirement for armed Protective Security Officer (PSO) services at various locations throughout the states of Minnesota and Wisconsin. It is anticipated the Request for Proposal (RFP) will be posted to www.fedbizopps.gov on or about November 20, 2013. This requirement will be solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, labor hour, indefinite delivery/indefinite quantity type contract will be established as a result of the solicitation. The contract will consist of a 12-month base period with four consecutive 12-month options with an additional 6-month extension in accordance with FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $19 Million. This requirement is being solicited as unrestricted full and open competition. As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish this requirement. The project will have a requirement for the contractor to have a Top Secret facility clearance by the start of performance. The RFP will require the submission of a technical proposal as well as a price proposal. All proposals received in response to the RFP will be evaluated using Best Value Trade-Off Procedures. All contractors must be registered in the Central Contractor Register CCR (http://www.sam.gov). Further, offerors are required to complete their Online Representations and Certifications Applications (ORCA) at http://orca.bpn.gov. For questions concerning this announcement, contact Paul Szymanski at paul.szymanski@hq.dhs.gov or (817) 649-6208.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99fcfaba67468c42e81a0edc0df7e5b5)
 
Place of Performance
Address: Statewide for Minnesota & Wisconsin, United States
 
Record
SN03226894-W 20131103/131101234156-99fcfaba67468c42e81a0edc0df7e5b5 (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.