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 |