Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOLICITATION NOTICE

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

Notice Date
3/26/2024 6:04:53 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
70RFP224REC000001
 
Response Due
4/3/2024 11:00:00 AM
 
Archive Date
04/03/2025
 
Point of Contact
Josh B. Clemens, Katelyn Santacroce
 
E-Mail Address
josh.b.clemens@fps.dhs.gov, katelyn.santacroce@fps.dhs.gov
(josh.b.clemens@fps.dhs.gov, katelyn.santacroce@fps.dhs.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
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 four (4) locations in Washington, DC. This requirement is being solicited as a commercial service acquisition in accordance with FAR Part 12/15. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Pursuant to 13 CFR 128, to be eligible for this SDVOSB set-aside, a concern must � ? Be certified by SBA as an SDVOSB concern; or ? Have both represented that it is an SDVOSB concern and have submitted a complete application for SDVOSB certification to SBA on or before December 31, 2023. SDVOSBs that are not certified by SBA, and do not have a pending application for certification with SBA on or before December 31, 2023, will not be eligible to receive an award. 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 a five annual ordering periods. The Request for Proposals (RFP) shall require the submission of a technical proposal as well as a price proposal. A Pre-proposal teleconference is scheduled for 01:30PM Eastern Standard Time (EST) on 03/26/2024.� Contractors are required to email a request to Josh.B.Clemens@fps.dhs.gov and Katelyn.Santacroce@fps.dhs.gov no later than 10:00AM EST the day of the teleconference.� An invite will be sent to interested vendors via Microsoft Teams shortly before 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 3:00PM Eastern Time, 03/28/2024 to Josh.B.Clemens@fps.dhs.gov and Katelyn.Santacroce@fps.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 SDVO 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@fps.dhs.gov and Katelyn.Santacroce@fps.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 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. Amendment 0001 -�This amendment hereby changes the pre-proposal conference time on 03/26/2024 from 1:30PM (EST) to 2:45PM (EST).� This amendment deletes �C. SOW Exhibits Attachment 2, Exhibit 10, Section 6� in its entirety.� A Revised �C. SOW Exhibits Attachment 2, Exhibit 10, Section 6� is hereby incorporated into the solicitation providing updates to the Post Tracking System technology. This amendment deletes �Paragraph 4. of the Proposal Submission Requirements (Solicitation Provisions-Attachment S.)� in its entirety and is replaced with the following: 4. Page Limitation-Excluding the cover page, table of contents, past performance project forms (attachment 3), past performance questionnaires (attachment 4), teaming agreement, teaming narrative or narrative demonstrating an affiliate�s meaningful involvement, the technical proposal (covering all non-price factors) is limited to ten (10) pages in at least 11pt. font and 1� margins. Pages in excess of this limitation will not be evaluated. The pages excluded from evaluation will be at the discretion of the Agency. The following attached FAQs document is also added for informational purposes only and does not amend or change the solicitation. If there is any conflict between the solicitation and this additional information, the solicitation governs. (See Attached Amendment 0001)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/471de1ee488647d397c5d513815cc9e4/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07009161-F 20240328/240326230044 (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.