SOLICITATION NOTICE
R -- NCR ACCESS CONTROL MANAGEMENT SUPPORT SERVICES - Package #1
- Notice Date
- 2/23/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol 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
- HHM402-17-R-0020
- Archive Date
- 3/23/2017
- Point of Contact
- James R. Watson, Phone: 202-231-4071, Gregory S. Hall, Phone: 202-231-2702
- E-Mail Address
-
James.Watson8@dodiis.mil, Gregory.Hall3@dodiis.mil
(James.Watson8@dodiis.mil, Gregory.Hall3@dodiis.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NCR Access Control DD254 Security Classification Doc NCR Access Control Evaluation Criteria NCR Access Control Instructions to Offerors NCR Access Control Solicitation docs Part III NCR Access Control Solicitation docs Part II NCR Access Control Solicitation Documents Part I COMBINED SYNOPSIS/SOLICITATION NATIONAL CAPITAL REGION (NCR) ACCESS CONTROL MANAGEMENT SUPPORT SERVICES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice and attachments. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The Virginia Contracting Activity intends to award a Labor Hour service type contract for National Capital Region (NCR) Access Control Management Support Services The Government intends to award one contract to the responsible offeror whose offer conforming to the solicitation. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 dated 25 July 2014. The NAICS code is 561612 Security Guards and Patrol Services. The business size standard for this NAICS is 20.5 million. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. The period of performance for this contract shall be 10 months from the 1 April 2017 with three (3) twelve month option periods. This procurement is 100% Small Business Set-Aside and Prime offerors must have a TOP SECRET facility clearance to DIA. This is a Best Value 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) The Government will award a single award contract resulting from this solicitation to the responsible offeror whose offer is the offer in accordance with the evaluation criteria outlined in this solicitation. The Government will evaluate proposals based on the following factors: Factor 1: Security; Factor 2: Technical/Management Approach is further divided into three (3) Sub factors, Sub factor 1: Mobilization Plan; Sub factor 2: Personnel; and Sub factor 3: training; Factor 3: Past Performance and Factor 4: Price. See Addendum to 52.212-2 Evaluation - Commercial Items for more details. The following provisions and clauses apply to this solicitation/contract: the clause at FAR 52.212-1, Instructions to Offerors-Commercial (JUL 2013), 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), 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 252.232-7010, DFARS 252.243-7001. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2013), or ensure the Representations and Certifications are updated at www.sam.gov. This above list does not capture all of the provisions and clauses that apply to this solicitation/contract - see the attached RFP HHM402-17-R-0020 for a complete list. All clauses and provisions may be found in full text at the following site: http://farsite.hill.af.mil. Questions and proposals are to be emailed to James R. Watson at James.Watson8@dodiis.mil and Gregory S. Hall at Gregory.Hall3@dodiis.mil. Only emailed questions will be accepted. Questions must be emailed no later than 1:00PM EST on Thursday, March 2, 2017. The deadline for proposals is 1:00PM EST on Wednesday, March 8, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-17-R-0020/listing.html)
- Place of Performance
- Address: National Capital Region (NCR) - DIA HQ bldg. 6000, BAFB, Washington, DC; National Center for Medical Intelligence, Fort Detrick, MD; Defense Logistics Operations Center (DLOC), Landover, MD; Patriot Park, Reston, VA; Rowe Bldg, Charlottesville, VA; United Land Corp., Charlottesville, VA, United States
- Record
- SN04412760-W 20170225/170223235217-9dfe08b5a5b63325facc3454a898cf7b (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 |