Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

S -- Screening Partnership Program Reopener

Notice Date
5/14/2020 11:40:44 AM
 
Notice Type
Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
ME ARLINGTON VA 20598 USA
 
ZIP Code
20598
 
Solicitation Number
70T05020R9NSPP019
 
Response Due
6/8/2020 1:00:00 PM
 
Archive Date
06/23/2020
 
Point of Contact
Paul Easton, Phone: 5712272247, Michael Cabero, Phone: 5712274935
 
E-Mail Address
paul.easton@tsa.dhs.gov, michael.cabero@tsa.dhs.gov
(paul.easton@tsa.dhs.gov, michael.cabero@tsa.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
70T05020R9NSPP019 AMENDMENT A00001 ITEMS CHANGED WITH AMENDMENT A00001 Tables F.4.a and F.4.b have been replaced. The mention of �Attachment 1� has been removed from Section L.3.b as it was causing confusion. Attachment 1 was referring to section B of the solicitation which the line item listing. The mention of �Attachment 1� has also been removed from the attachment listing in section J to reduce confusion.� Attachment 1 was only referring to the Line Items found in Section B. File Size limit of 10MB has been added to the email submission instructions in Section L.7. L.5.2.2 is Factor 4 and has been corrected as it was erroneously labeled as Factor 5 previously. Questions and Answers can be found in the attachment labeled ""70T05020R9NSPP019 AMENDMENT A00001 Q and A"" In accordance with the Federal Acquisition Regulation (FAR), 15, Contracting by Negotiation, this Solicitation is to award Screening Partnership Program (SPP) Indefinite Delivery Indefinite-quantity (IDIQ) Contract. This Solicitation is open to all vendors who qualify as a Small Business Concern in NAICS 561612. The ordering period under the IDIQ will be effective from the date of award through June 1, 2026 unless otherwise modified at the sole discretion of TSA. � Pursuant to Section 108 of the Aviation and Transportation Security Act (ATSA) (Public Law 107-71), codified at 49 U.S.C. �44920 (opt-out program), qualified screening companies shall provide compensation and other benefits to private security screeners ��that are not less than the level of compensation and other benefits provided to such Federal Government personnel��.��� Proposals shall be electronically submitted via email to both michael.cabero@tsa.dhs.gov and paul.easton@tsa.dhs.gov, no later than 4:00 pm EDT on June 8, 2020 in accordance with the instructions provided in Section L. The Government intends on awarding up to ten IDIQ contracts without discussions.� However, the Government may conduct discussions if deemed necessary by the CO.� The Offerors shall provide their best, complete proposal upon initial submission.� The source selection process will be within the best value continuum under FAR 15.101. This defines the best value by using any one, or a combination of, source selection approaches. For this solicitation, the Government intends on awarding up to ten contracts.� The best value basis for awards will be determined by the Highest Technically Rated Offerors with a Fair and Reasonable Price. The Highest Technically Rated, Fair and Reasonable Price approach will best achieve the objective of awarding IDIQ contracts to the best qualified Offerors with core expertise in security screening. The Government may conduct clarifications, as described in FAR 15.306(a).� Further, the Government intends to award contracts without discussions, but reserves the right to enter into discussion if deemed necessary pursuant to the authority of FAR 52.215-1. The Offeror�s initial proposal should contain the Offeror�s best terms from a cost or price and technical standpoint. Compliance/Responsiveness:� Not all of the requirements identified in the solicitation will be evaluated as evaluation factors; however, the Offeror�s proposal will be evaluated to ensure that all of the terms and conditions of the solicitation are met. The CO will review each proposal to ensure the Offeror included all information required in Solicitation Section L. Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion.� The Government may reject any proposal that is evaluated to be significantly not compliant with the solicitation requirements, or reflects a failure to comprehend the complexity and risks of the work to be performed. The evaluation of Factor 1 Corporate Experience will occur after a compliance check and before the three remaining factors. A rating of Not Relevant for Corporate Experience will result in the rest of an Offeror�s proposal being unevaluated as they were deemed Not Relevant in the most important evaluation factor.� Additionally, an Unacceptable, Unsatisfactory, or Not Fair and Reasonable rating in any factor will render the entire proposal ineligible for award.� 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020). (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. ����� (b) Applicability. This clause applies only to- ���������� (1) Contracts that have been totally set aside for small business concerns; and ���������� (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). ����� (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. ���������� (2) Any award resulting from this solicitation will be made to a small business concern. (End of clause) Please see the attached documents for the complete solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a23f97b138004590b831153690111fe7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05657574-F 20200516/200514230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.