Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
AWARD

S -- Protective Security Officer (PSO) Services in Maryland

Notice Date
5/16/2023 8:05:26 AM
 
Notice Type
Award Notice
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FPS EAST CCG DIV 2 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
70RFP223DEC000008
 
Archive Date
05/30/2023
 
Point of Contact
Josh Clemens, Frank Borelli
 
E-Mail Address
Josh.B.Clemens@fps.dhs.gov, frank.borelli@fps.dhs.gov
(Josh.B.Clemens@fps.dhs.gov, frank.borelli@fps.dhs.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Award Number
70RFP223DEC000008
 
Award Date
05/15/2023
 
Awardee
BRADLEY TECHNOLOGIES INC MD 20852-1631 USA
 
Award Amount
40752700.00
 
Description
The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPSAD), under a Women-Owned Small Business (WOSB) set-aside, has procured armed Protective Security Officer (PSO) services at four (4) locations in Maryland. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. 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 five-year ordering period. �The contract was issued as an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract as defined in FAR 16.504, with fixed price provisions. This acquisition was solicited as a commercial service acquisition in accordance with FAR Part 12/15 as a 100% Women-Owned Small Business Small Business (WOSB) set-aside. Firm fixed price task orders will be issued. The source selection process utilized for this acquisition was best value/trade-off. The technical, non-price factor used was Relevant Past Performance. The non-price factor of relevant past performance was considered more important than price. Estimated total hours under this contract are 710,000 for the 5-year period.� The submission requirements and evaluation criteria were defined in the solicitation. The North American Industry Classification System (NAICS) code is 561612 with size standard is $29 million. The Contractor is required to be registered with System for Award Management (SAM) at http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5a6bdff467347258a42c9a4428c9840/view)
 
Place of Performance
Address: Silver Spring, MD, USA
Country: USA
 
Record
SN06683198-F 20230518/230517212017 (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.