SOLICITATION NOTICE
S -- Global Protective Services (GPS) Pre-Solicitation Synopsis
- Notice Date
- 9/11/2024 1:36:39 PM
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-24-S-0011
- Response Due
- 11/1/2024 8:00:00 AM
- Archive Date
- 11/16/2024
- Point of Contact
- Eric Jackson, Phone: (309) 782-7251, Anthony Patera
- E-Mail Address
-
eric.m.jackson56.civ@army.mil, anthony.m.patera.mil@army.mil
(eric.m.jackson56.civ@army.mil, anthony.m.patera.mil@army.mil)
- Description
- The U.S. Army Contracting Command - Rock Island (ACC-RI) intends to issue a full and open Solicitation for Global Protective Services (GPS). The GPS requirement includes but is not limited to fixed security requirements, perimeter and tower security, roving patrols, mobile security requirements, Explosive Detection Dogs, Drug Detection Dogs, Multi-purpose Canines, and Protective Service Teams, in accordance with the Attachment 0001 - Performance Work Statement dated September 01, 2024, as revised. Performance will be in support of the Department of Defense (DOD) with potential to support multiple agencies under the DOD. The Contractor shall support Requiring Activities by aiding in the coordination of planning and execution of armed/unarmed security operations throughout any/all U.S. Combatant Commands, U.S. territories, Commonwealths, and possessions. The applicable NAICS Code for this requirement is 561612 - Security Guards and Patrol Services The applicable size standard for this requirement is $29M The total combined value of all IDIQ awards will not exceed $10.3B All responsible sources may submit proposals in response to the solicitation (should one be released), which shall be considered by ACC-RI. The Government intends to utilize a Highest Technically Rated Offeror (HTRO) evaluation approach. Offerors will be expected to complete a Past Performance Information Sheet and a Self-Scoring Matrix. Past Performance will be evaluated on a ""Go/No Go"" basis with only those Offerors that demonstrate recent (within 5 years) and relevant past performance/experience will be evaluated on its Self Scoring Matrix.� The Government intends to award one contract from this solicitation to each and all qualifying Offerors (IAW FAR 15.304(c)(1)(ii)(A)), who are also determined responsible (IAW FAR Part 9) and have an adequate past performance record, after evaluation IAW the Solicitation (FAR 52.215-1(f)) Please Note: THERE IS NO SOLICITATION AT THIS TIME. This pre-solicitation synopsis is a preliminary notification of a possible solicitation for proposals in the future and is subject to change. The Government reserved the right to revise, change, amend, or cancel any or all of the requirements listed in the synopsis without any prior notification to prospective Offerors.�� The solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102, therefore hardcopies will not be provided. Offerors may download an electronic copy on or after the solicitation issue date by accessing the following address via the Government point of entry, the System for Award Management (SAM) at: https://sam.gov. As the solicitation and any amendments thereto will be issued electronically, offerors are advised to periodically access the above address in order to obtain the solicitation and any amendments which may be issued. All contractors who provide goods/services to the DOD must be registered in the SAM, https://www/sam.gov. If you are not registered in SAM, you cannot be awarded a DoD contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9659a6ae22b24ea38169d63f270d2ef2/view)
- Place of Performance
- Address: KWT
- Country: KWT
- Country: KWT
- Record
- SN07207049-F 20240913/240911230120 (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 |