Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

S -- Worldwide Protective Services III (WPS III)

Notice Date
6/3/2020 11:11:47 AM
 
Notice Type
Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM20R0013
 
Response Due
7/3/2020 3:00:00 PM
 
Archive Date
07/03/2021
 
Point of Contact
James O. Weldon II, Tama Francis
 
E-Mail Address
WPSIIISolicitation@state.gov, WPSIIISolicitation@state.gov
(WPSIIISolicitation@state.gov, WPSIIISolicitation@state.gov)
 
Description
Worldwide Protective Services III SYNOPSIS The U.S. Department of State (DOS) contemplates the award of several multiple award indefinite delivery, indefinite quantity type contracts (IDIQ) to qualified U.S. firms.� Contract types for individual task orders will vary in accordance with FAR 16.104.� This IDIQ will satisfy anticipated and unanticipated armed personal protective, static guard and team based emergency response security services requirements worldwide. The IDIQ focuses primarily on DOS requirements in high threat overseas locations. The anticipated period of performance is one year with nine one-year option periods (to be exercised at the sole discretion of the Department). ��The maximum ceiling amount on this IDIQ contract is expected to be $15 billion dollars. The NAICS code for these services is 561612. Offeror Minimum Mandatory Requirements� Offeror shall be required to provide contract information substantiating that within the last five (5) years, (and for the minimum duration of at least two (2) years combined within the those five (5) years) offeror has performed contract(s) (Federal, State or Private Sector) as a contractor (prime or sub) outside the U.S. providing all three (3) of the following: (a) armed personal protective, (b) armed guard, and (c) team-based emergency response security services in a �high risk, high threat environment� outside the United States.� �In doing so, the offeror shall ensure the following is met: Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) valued at least $10 million annually; and Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) where its services were rendered in multiple locations; and Offeror must have performed at least one (1) security contract (armed personal protective or armed guard or team-based emergency response) where it employed at least 75 personnel providing direct services under the contract. NOTE:� It may be possible that an offeror provide in its proposal package reference to only (1) one contract meeting all requirements stated in paragraph 1 above.� An offeror may have performed armed� personal protective, armed guard and team-based emergency response security guards in a $10 million annual contract in multiple locations, employing 75 personnel providing direct services in high risk, high threat environments for two (2) years combined within the past five years. FOREIGN OWNERSHIP, CONTROL OR INFLUENCE (FOCI) Offeror shall be required to provide evidence that it is a�U.S. company without any unmitigated foreign ownership, control or influence (FOCI) (see SF328-18).� If the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service. � If the Offeror is a joint venture (see FAR 9.601), then it must be able to demonstrate that its participants making up the contractor joint venture are all U.S. companies, without any unmitigated foreign ownership, control or influence (FOCI); if the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service. INTERNATIONAL CODE OF CONDUCT FOR PRIVATE SECURITY SERVICE PROVIDERS� ASSOCIATION (ICOCA) Offeror(s) selected for award, to include Joint Ventures, shall be required or be able to obtain a letter from the ICoCA, within 60 days after contract award and before any performance on a task order issued under the IDIQ contract, indicating that the offeror is a member or transitional member in good standing (and not suspended or terminated from the ICoCA).� The offeror will be required to confirm in writing compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012.� If the offeror is a contractor team arrangement formed to act as the prime contractor (see FAR 9.601) the letter shall indicate that all members of the team are members of the ICoCA, in good standing and confirm compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012. If the offeror uses subcontractors to provide any security services authorized under the contract, the subcontractors must also be members of the International Code of Conduct for Private Security Service Providers� Association (ICoCA) and in good standing. TOP SECRET FACILITY CLEARANCE Firm(s) selected for award, to include Joint Ventures, shall already possess or be able to obtain and maintain a Top Secret Facility clearance within 60 days after contract award and before any performance on a task order issued under the IDIQ contract.� Any firms selected for award who do not have the required TS facility clearance will be sponsored for such by the Department.� If, however, the offeror is not able to obtain an interim top secret facility clearance within six-months from the date of award, the Department reserves the right to terminate the contract. Anticipated Acquisition Schedule Offerors will have approximately thirty (30) days from the date of the solicitation posting to submit a proposal for the IDIQ contract award along with responses to the sample task order.� The sample task order in no way reflects an anticipated true task order solicitation.� The sample was developed to evaluate all key areas of performance under the WPS program. Offerors who do not submit proposals for the IDIQ and the sample task order will not be considered by the Department for an IDIQ award. QUESTIONS AND ANSWERS A Question and Answer (Q &A) period will begin on the day the solicitation is posted to www.beta.sam.gov.� Interested parties may submit question via email only, using Section L, Attachment 3.0 IDIQ - Q&A Submittal for questions regarding the IDIQ.� Questions associated with the Sample Task Order must be submitted using Attachment 2.1.7 Baghdad Security � QA Submittal Sheet.� All questions are to be submitted to� �WPSIIISolicitation@state.gov . �The email subject line should read: WPS III � Questions � Company Name (provide company name in subject line). �Interested parties will be permitted to submit additional questions (in writing) for up to five days after the virtual pre-proposal conference. �The government will post answers to questions on www.beta.sam.gov.� VIRTUAL PRE-PROPOSAL CONFERENCE � Additional Details Pre-Proposal Conference: The Pre-Proposal conference will be conducted on June 11, 2020, 0930-1330 by the U.S. Government launching a MS TEAMS meeting.� Each company seeking to bid on WPS III will be limited to five (5)) separate participant logins.� Companies must provide the name, title, email address and telephone number for the requested participants via WPSIIISolicitation@state.gov, no later than 12:00PM EST (Noon) June 9, 2020.� Those identified e-mail addresses will receive an invitation and supported link to join the meeting.� When participants go to join the meeting, they should join as a �guest�, enter their name and associated company (example: John Smith - Company ABC) exactly as it appears in the email request for invitation. �Participants will enter a �lobby�, and the Department will then join them to the meeting.� There will be a 20 minute period of allowing participants to populate the meeting starting at 0930.� All participants, except for the host and presenters, must mute their microphones and turn off their video once the conference begins.� Participants will be given a wide range of presentations to describe the WPS III contract.� If companies have any questions, they may submit them via WPSIIISolicitation@state.gov.� For technical complications when joining the TEAMS meeting, companies may contact the conference host, Steve Schotte, schottesp@state.gov or 571-776-7800.� If you would like to test your computer capability to join as a guest, please contact the Conference Host, Steve Schotte, schottesp@state.gov, and a �test� meeting will be conducted on June 3rd and June 9th, from 1000-1100. � RESTRICTED ACCESSS DOCUMENTS � Update Due to the Department�s commitment to the safety of the public and continuing efforts to stop the spread of COVID-19, the Department has elected to provide Section J, Attachments 2 and 3 of the IDIQ via Restricted Access on beta.sam.gov.� Completion and submission of Section L, Exhibit 4.0 - Restricted Access Request Form, is no longer required.� ELECTRONIC PROPOSAL SUBMISSION Due to the Department�s commitment to the safety of the public and the continuing efforts to stop the spread of COVID-19, the Department has elected to make proposal submissions electronic only.� See Section L.9 for revised submission instructions. ADDITIONAL NOTICES Offerors are solely responsible for any and all expenses resulting from this announcement (i.e. travel, lodging, per diem, proposal costs and other miscellaneous expenses, etc.) and are responsible for confirming all dates specified in this synopsis by immediately checking the solicitation when posted on www.beta.sam.gov to see if there are any changes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8013638c05d64d9680af70fb424fe0b4/view)
 
Record
SN05678697-F 20200605/200603230148 (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.