Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOLICITATION NOTICE

S -- Protective Security Officer (PSO) Services throughout the State of Kentucky

Notice Date
6/25/2024 8:25:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
FPS EAST CCG DIV 1 ACQ DIV PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
70RFP124RE4000001
 
Response Due
6/28/2024 2:00:00 PM
 
Archive Date
12/31/2025
 
Point of Contact
Donavan Redd, Stephen Allen
 
E-Mail Address
Donavan.M.Redd@hq.dhs.gov, Stephen.M.Allen@fps.dhs.gov
(Donavan.M.Redd@hq.dhs.gov, Stephen.M.Allen@fps.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
To obtain access to documents pertaining to this requirement, explicit access must be requested, and a signed Non-Disclosure Agreement (NDA) emailed to Contract Specialist Donavan Redd (Donavan.M.Redd@fps.dhs.gov) and courtesy copy� Stephen.M.Allen@fps.dhs.gov�and FPSACQDIV1@fps.dhs.gov. The US Department of Homeland Security (DHS), Federal Protective Service (FPS) has a requirement to acquire�armed Protective Security Officer (PSO) services throughout the state of Kentucky. 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 one-year base period with four one-year option�periods. The estimated PSO hours for various locations throughout the state of Kentucky are 289,000 hours or more�per year. This requirement will be solicited as a commercial item in accordance with FAR Part 12/15 procedures as a competitive total small business (SB) set-aside. 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/tradeoff.�The technical, non-price factors, when combined, are more important than price. The submission requirements�and evaluation criteria will be defined in the solicitation. The North American Industry Classification System (NAICS)�code is 561612. 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 SAM. ================================================================================================ Amendment 0001 has been released to schedule a Pre-Proposal Conference.� ================================================================================================ Amendment 0002 has been released.� ================================================================================================ Amendment 0003 has been released to extend the submission date from May 24, 2024 to June 14, 2024.� ================================================================================================ Amendment 0004 has been released to extend the submission date from June 14, 2024 to June 28, 2024.� ================================================================================================ Amendment 0005 has been released to address questions provided by Potential�Offerors.� ================================================================================================ Amendment 0006 has been released to address additional questions provided by Potential Offerors.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6bf09e4add8448e95992fd60b47268b/view)
 
Place of Performance
Address: KY, USA
Country: USA
 
Record
SN07106985-F 20240627/240625230115 (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.