SOLICITATION NOTICE
S -- PSO Services at 9 locations throughout Washington, D.C.
- Notice Date
- 4/20/2017
- 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
- HSHQEC-17-R-00003
- Point of Contact
- William J. Scheier, Phone: 2155212289
- E-Mail Address
-
william.scheier@hq.dhs.gov
(william.scheier@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- 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 services (PSO) at the following 9 locations throughout Washington, D.C. 1801 L Street NW, Washington DC 1800 M Street NW, Washington DC 2100 M Street NW, Washington DC 1111 20th Street NW, Washington DC 1227 25th Street NW, Washington DC 1125 15th Street NW, Washington DC 1615 M Street NW, Washington DC 1400 L Street NW, Washington DC 1717 H Street NW, Washington DC It is anticipated the Request for Proposal (RFP) will be posted to www.fbo.gov or around May 8, 2017. This requirement will be solicited as a commercial item in accordance with FAR Part 12. It is anticipated that a single award, indefinite delivery/indefinite quantity type contract with firm fixed price provisions will be established as a result of the solicitation. Resultant task orders under the contract will be firm fixed price. The contract will consist of a 12-month base period with four (4) consecutive 12-month options with an additional 6-month option in accordance with FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $20.5 Million. This procurement will be solicited as a 100% small business set-aside. 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 RFP will require vendor's to possess a 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 www.sam.gov. For questions concerning this announcement, contact William Scheier at william.scheier@hq.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a4bce5ce2fffb5b155ddd2a778b0963)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN04479698-W 20170422/170420235456-1a4bce5ce2fffb5b155ddd2a778b0963 (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 |