Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

S -- Solicitation 70RFP323RE3000005 - PSO Services, NBACC Facility, Ft. Detrick, MD

Notice Date
4/6/2023 7:31:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FPS EAST CCG DIV 3 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
70RFP323RE3000005
 
Response Due
4/17/2023 9:00:00 AM
 
Archive Date
05/01/2024
 
Point of Contact
Thomas Schrank
 
E-Mail Address
thomas.schrank@fps.dhs.gov
(thomas.schrank@fps.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement to acquire armed Protective Security Officer (PSO) services at the National Biodefense Analysis and Countermeasures Center (NBACC), Ft. Detrick, Maryland. �The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). The Period of Performance is for a one-year base period with four one-year option periods. This requirement will be solicited as a commercial item in accordance with FAR Part 12. Services shall be furnished via an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with fixed hourly rates. This requirement will be issued as a 100% Small Business Set-Aside. Resultant task orders under this contract will be firm fixed prices. This requirement requires vendor to have a Top-Secret facility clearance. All offerors will be required have an active Top-Secret facility clearance (with documentation provided) at time of proposal submission. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factors, when combined, are more important than price.� The submission requirements and evaluation criteria are defined in the solicitation. The North American Industry Classification System (NAICS) code is 561612 with Small Business size standard is $29.0 million.� The Contractor is required to register with the System for Award Management (SAM) at http://www.sam.gov. �No contract award shall be made to any contractor that is not registered or in the process of registering with the System for Award Management.� A Pre-Proposal Conference will be conducted via Microsoft Teams on Monday, 03/20/2023, at 11:00AM EST. All interested parties are invited to attend a briefing of this procurement. The briefing will cover items such as the statement of work, evaluation criteria, technical factors, post exhibit, pricing, teaming arrangements, etc. Attendance is not mandatory; however, it is strongly recommended. Contractors wishing to attend the conference should email Thomas Schrank (thomas.schrank@fps.dhs.gov) with the Point of Contact information and all attendee information not later than Thursday, 03/16/2023, at 12:00 PM Eastern Time. The request shall include company information, such as the Company name, address, DUNS #, Cage Code, SAM UEID, Business Size designation, address, phone number, and email address of the planned attendees. Any vendor who has already submitted their request for attedance does not have to resubmit it. An invite to the meeting will be provided prior to 03/20/2023.This conference will be 100% virtual via MS Teams and there will be no dial-in provided for this conference.� The solicitation document and attachments are now available as part of this this posting. 04/06/2023 -�Amendment 0001 is issued to address the following: 1. Provide the Memo of Agreement to CBA-2023-80, incorporating the Juneteenth federal holiday under this CBA. 2. Provide a revised page 333 of the RFP, updating SOW Exhibit 11A. 3. Provide responses to questions submitted by industry for this solicitation. The closing date of this solicitation remains the same.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/129e0ad1e5b3481bbe6d6ba4660d0de7/view)
 
Place of Performance
Address: Frederick, MD, USA
Country: USA
 
Record
SN06642261-F 20230408/230406230113 (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.