Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2023 SAM #7821
SOLICITATION NOTICE

S -- Armed Protective Security Officer (PSO) services throughout the state of Alabama

Notice Date
4/25/2023 9:15:16 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FPS EAST CCG DIV 4 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
70RFP123RE4000002
 
Archive Date
05/14/2023
 
Point of Contact
Mark D. Toth, Phone: 2155212262, Adam L. Reynoso, Phone: 2152876944
 
E-Mail Address
Mark.Toth@fps.dhs.gov, Adam.L.Reynoso@fps.dhs.gov
(Mark.Toth@fps.dhs.gov, Adam.L.Reynoso@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 throughout Alabama. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The annual estimated hours for Basic and Temporary Additional Service (TAS) are 410,000 hours and Emergency Security Services is 5,000 hours.� The estimated known posts are 110.� 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).� Training includes but is not limited to: Basic Training, First Aid, Weapons (Lethal and Non-Lethal), National Weapons Detection Training Program (NWDTP) and Active Threat Awareness. The Period of Performance is for a one-year base period with three 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. Resultant task orders under this contract will be firm fixed prices. The source selection process to be utilized for this acquisition is best value/trade-off. The technical, non-price factor of Past performance is 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 of $29 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 in SAM.� A Pre-Proposal Conference will be conducted via Microsoft Teams.� All interested parties are invited to attend a briefing of this procurement. The briefing will cover items such as the evaluation criteria, technical factor, post exhibit, pricing, teaming arrangements, etc. Attendance is not mandatory; however, it is strongly recommended. Contractors wishing to attend the conference should email Contract Specialist Mark Toth (Mark.Toth@fps.dhs.gov); and Contracting Officer Adam Reynoso (Adam.L.Reynoso@fps.dhs.gov).� The request shall include company information, such as the Company name, address, SAM Unique Entity ID, Cage Code, Business Size designation, address, phone number, and email address of the planned attendees. This conference will be 100% virtual and there will be no dial-in provided for this conference. This solicitation is 100% total small business set-aside.� For questions regarding this announcement, please email Mark.Toth@fps.dhs.gov and Adam.L.Reynoso@fps.dhs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/814152ef7fa54dbfb54c4a93d23511d6/view)
 
Place of Performance
Address: AL, USA
Country: USA
 
Record
SN06661512-F 20230427/230425230113 (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.