Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOLICITATION NOTICE

R -- Armed Guard II Service - Package #1

Notice Date
10/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IV, 3003 Chamblee Tucker Road, Atlanta, Georgia, 30341, United States
 
ZIP Code
30341
 
Solicitation Number
70FBR419Q00000009
 
Archive Date
11/1/2018
 
Point of Contact
Kenneth V. Holmes, Phone: 404-862-3607, Mimie Preston, Phone: 202-679-9274
 
E-Mail Address
kenneth.holmes@fema.dhs.gov, Mimie.Preston@fema.dhs.gov
(kenneth.holmes@fema.dhs.gov, Mimie.Preston@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Wage Department of Labot Combined Synopsis Solicitation Statement of Work RFQ Solicitation Number: 70FBR419Q00000009 Notice Type: Combined Synopsis/Solicitation Armed Guard Services II PSC S205 NAICS 561612 DESCRIPTION OF SERVICES This notice is a combined synopsis/solicitation. This is a combined synopsis/solicitation for commercial items is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; responses are being requested and a written solicitation will be issued. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-96), effective November 06, 2017. The Federal Emergency Management Agency (FEMA) RIV Atlanta Office- desires armed II guard contracted services. Armed guards will be used at the JFO, branch offices, disaster remote centers (DRC), and staging areas in support of Hurricane Michael. FEMA intends to award a firm fixed purchase order for a base period and two option periods. Total requirement is for 180 days which includes 180 day option periods. Basis for contract officer: This acquisition is being conducted under FAR Parts 12.6 Acquisition of Commercial Items. Quotes will be evaluated on Low Price Technical Acceptable (LPTA). Vendors submitting quotes to this requirement must be actively registered in the System for Award Management (SAM) to participate; quotes received from vendors that are not currently registered will be rejected. In addition vendors must provide at least three (3) references of work of a similar nature. The requirement is in support of the Robert T. Stafford Act and is set-aside for local firms doing business in South Carolina. 52.226-3 Disaster or Emergency Area Representation (NOV 2007) applies in its entirety. Vendors RFQ must address the following questions: (a) Set-aside area. The area covered in this contract is: Baker, Bleckley, Burke, Calhoun, Colquitt, Crisp, Decatur, Dodge, Dooly, Dougherty, Early, Emanuel, Grady, Houston, Jefferson, Jenkins, Johnson, Laurens, Lee, Macon, (b) Miller, Mitchell, Pulaski, Seminole, Sumter, Terrell, Thomas, Treutlen, Turner, Wilcox, and Worth for IA and/or PA. (c) Representation: The offeror represent that is___does____ does not reside or primarily do business in the designated set aside area. (d) An offeror is considered to be residing or primarily doing businesses in the set-aside area if, during the last twelve months; 1). The offeror had its main operating office in the areas; x and offeror shall present a copy of a current operating office building ownership/lease documentation as supporting evidence. (2). That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (Offeror shall present supporting documentation showing the offeror's gross revenue during the past 12 months, including previous IRS tax your records, or supporting evidence (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include- (1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (offeror shall present a copy of a current operating office building ownership/lease documentation as supporting evidence of any permanent office(s) and any office(s) in the set-aside area) (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. Prior to submission of quotes, vendors are expected reach a reasonable understanding of the requirements. If such a review establishes the need for correction or clarification of the RFQ the information should be brought to the attention of the contracting officer/specialist immediately to be corrected. All questions regarding this RFQ must be submitted electronically to the contracting officer at: perry.toomer@fema.dhs.gov or the contracting specialist at: kenneth.holmes@fema.dhs.gov. All questions are due (via email ONLY) no later than Thursday, October 17, 2018 at 3:00 PM EST. This is a Robert T Stafford Act local area set-aside for the following counties; Point of Contact: Patricia Denardo Security Manager Field Security Division Disaster Security Operations Branch Cell: 816-654-3626
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIV/70FBR419Q00000009/listing.html)
 
Place of Performance
Address: TBD, Georgia, United States
 
Record
SN05125859-W 20181018/181016230552-da653ae295182dfd815a00fd770c4d71 (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  © 1994-2020, Loren Data Corp.