Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2023 SAM #8018
SOLICITATION NOTICE

S -- Armed Protective Security Officer (PSO) Services in NW Washington, DC.

Notice Date
11/8/2023 6:42:34 AM
 
Notice Type
Solicitation
 
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
70RFP223REC000008
 
Response Due
11/13/2023 11:00:00 AM
 
Archive Date
11/03/2024
 
Point of Contact
Josh B. Clemens, Frank Borelli
 
E-Mail Address
josh.b.clemens@hq.dhs.gov, frank.borelli@hq.dhs.gov
(josh.b.clemens@hq.dhs.gov, frank.borelli@hq.dhs.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Amendment 0001 This amendment deletes �C. SOW Exhibits Attachment 2� in its entirety.� A Revised �C. SOW Exhibits Attachment 2� is hereby incorporated into the solicitation. The revised C. SOW Exhibits Attachment 2 updates Exhibit 10 Contractor � Provided Equipment, 4. Communications Equipment Requirement are updated (1 cell phone per PSO & Supervisor, and no radios under this requirement). The following FAQs document is also added for informational purposes only, under the attachment section of SAM.gov. If there is any conflict between the solicitation and this additional information, the solicitation governs. All other terms and conditions remain unchanged. Note: The Revised C. SOW Exhibits Attachment 2 is attached within the paperclip icon on the left side of this Amendment. The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPSAD), intends to procure armed Protective Security Officer (PSO) services at five (5) locations in NW Washington, DC. This requirement is being solicited as a commercial service acquisition in accordance with FAR Part 12/15. This procurement is a 100% Competitive 8(a) Small Business set-aside. All 8(a) small businesses must be certified and active. It is anticipated that a single award indefinite delivery/indefinite quantity (ID/IQ) type contract with fixed price provisions will result from this Request for Proposals (RFP). The NAICS code for this acquisition is 561612, Security Guard and Patrol Services.� The size standard for NAICS 561612 is $29 million. The resultant ID/IQ contract will consist of five annual ordering periods.� The Government may also exercise the option at FAR 52.217-8 for up to an additional 6 months. � The Request for Proposals (RFP) shall require the submission of a technical and price proposal. A Pre-proposal teleconference is scheduled for 11:00 A.M. Eastern Standard Time (EST) on 11/07/2023. Contractors are required to email a request to Josh.B.Clemens@hq.dhs.gov and frank.borelli@hq.dhs.gov no later than 9:00 A.M. EST the day of the teleconference.� An invite will be sent to interested vendors via Microsoft Teams shortly after for the pre-proposal conference. The purpose of the pre-proposal conference is to provide a comprehensive overview of the RFP, so that offerors can ascertain the general conditions that could materially affect the proposal price. Attendance is not mandatory; however, it is strongly recommended. The Contractor is requested to submit any questions regarding this requirement via email no later than 3:00 PM Eastern Time, 11/07/2023 to Josh.B.Clemens@hq.dhs.gov and frank.borelli@hq.dhs.gov. Vendors are requested to withhold their questions until after the pre-proposal conference.� Prospective contractors may contact the Government while preparing a proposal in order to obtain clarification of the statement of work or to obtain other information needed to prepare a proposal.� Any clarifying information issued by the Government will be provided to all prospective contractors. Those 8(a) small businesses that are certified and active wishing to receive the current post exhibit must submit a completed Non-Disclosure Agreement to Josh.B.Clemens@hq.dhs.gov and frank.borelli@hq.dhs.gov, which is included under this RFP as Exhibit 3. Upon receipt of a completed DHS Form 11000-06, the post exhibit shall be sent via email. Please review the below link from the SBA�s website that provides interim guidance for 8(a) program participants in light of the US District Court Ruling, (Ultima Servs. Corp. v. Dep�t of Ag. (E.D. Tenn.)). https://www.sba.gov/federal-contracting/contracting-assistance-programs/8a-business-development-program Please Note regarding the attached solicitation:� All attachments are paper-clipped to this document.� In order to view the paper-clipped attachments, the PDF file must be opened in the desktop application.� The attachments will not show if opened in a web browser.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d37b14818450457d950b5a0aa7836892/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN06879548-F 20231110/231108230055 (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.