SOLICITATION NOTICE
S -- Regional Armed Guard Services
- Notice Date
- 2/20/2024 10:55:28 AM
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524R2532
- Archive Date
- 04/30/2024
- Point of Contact
- SUSAN C. ROBERTS, Phone: 7573410091
- E-Mail Address
-
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- PRE-SOLICITATION NOTICE� N4008524R2532� This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to provide at Norfolk Naval Shipyard (NNSY) Portsmouth, VA; Craney Island Fuel Terminal Portsmouth, VA; Lafayette River Annex, Norfolk, VA; Weapons Station Earle, Colts Neck, NJ; the USS Constitution, Boston, MA and other Navy Installations within Commander, Navy Region, Mid-Atlantic Areas of Responsibility (AOR).�� General Work Requirements:� The Contractor shall provide all labor, management, supervision, tools, material, equipment, facilities, transportation, incidental engineering, and other items required to:�� 0401000 � Force Protection� The intent of Sub-Annex 0401000 is to provide Armed Security Guard and other security-related services while working alongside existing Government security forces that have law enforcement responsibilities. Specific duties include entry control point services, identification checks, vehicle inspections, emergency closure procedures, roving guard services, perimeter patrol, interior patrol, building checks, crowd control, security screening, and traffic control.� The Navy Police/Security/Emergency Services organizations will be responsible for all law enforcement, investigative, and crisis response functions on the base.� The contractor�s security force will provide security guard services as specified above, and not law enforcement duties as they are inherently governmental. Additionally, the intent is to provide the Security Officer with a contractor and workforce that is mobile enough to respond to changing priorities and emergent requirements across a given region.�� The work identified is to be provided by means of a Public Safety, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. Source Selection procedures will be used to select the proposal that provides the best value offeror using tradeoff analysis in accordance with FAR Part 15 � Source Selection Process. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.� The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The Offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors: Factor 1 � Management Approach, Factor 2 � Recent/Relevant Experience of the Firm, Factor 3 � Safety and Factor 4 � Past Performance on Recent, Relevant Projects.� NOTE: Factor 2 Recent, Relevant Experience of the Firm and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope, and complexity to the solicitation.���� Size: An Armed Security Guard Services project with a yearly value of at least $8,000,000 for recurring services.��� Scope: The Offeror must have provided all labor, supervision, tools, material, and equipment required to provide Regional Armed Security Guard Services as described in this Performance Work Statement (PWS).����� Complexity:� The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations.� Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. This contract will include a sixty (60)-day PHASE-IN period that is required to begin 01 May 2024.The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with 4 one-year option and one six-month option period which, cumulatively, will not exceed sixty-six months. �� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Regional Contract. Ordering for Non-Recurring Exhibit Line Item Numbers (ELINs) shall be placed by a Task Order using a DD Form 1155.�Funds for the non-recurring�services will be obligated upon issuance of each individual task order. The North American Classification System (NAICS) for this procurement is 561612; the size standard is $29,000,000.�� The proposed procurement will be listed as a competitive 8(a) set-aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 06 March 2024. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Susan C. Roberts, (susan.c.roberts4.civ@us.navy.mil) 10 days prior to the RFP due date.�� The SAM site address is https://sam.gov . Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.�� All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/ .�� This contract will replace one contract for similar services. The current contract is��N40085-19-D-9006, Regional Armed Security Guard Services.��� The current contract expires 30 June 2024.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c711298d7ae544e4abb72bebcd86fa29/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06970383-F 20240222/240220230042 (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 |