SOLICITATION NOTICE
Y -- Forced-Entry/Ballistic-Resistant Windows
- Notice Date
- 6/21/2010
- Notice Type
- Presolicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA10R0272
- Point of Contact
- Dudley L Greene, Phone: 7035161624, Lily M. Savic, Phone: 7038756009
- E-Mail Address
-
greenedl@state.gov, savicl@state.gov
(greenedl@state.gov, savicl@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of State (DoS), Overseas Building Operations (OBO), requires the design, fabrication, crating, storage and loading for Forced-Entry/Ballistic-Resistant (FE/BR) Windows as part of OBO's Government Procured Equipment (GPE) program. The intent of the GPE program is for the USG to procure, in advance, certain long-lead time materials such as FE/BR windows for use by New Embassy Compound (NEC) construction contractors. The requirement will require the manufacture and storage of approximately 4,000 FE/BR window assemblies (including the glass) in approximately six months, with additional orders of equal magnitude annually throughout the contract period. Materials to be produced include FE/BR Windows and Blast Resistant Muntin Windows, all embeds, all associated hardware and all final trim, as specified and quantified, and shall conform to the standards cited in the specifications. In order to be eligible for award, a firm must have their products meet the standards for FE/BR protection set forth in the DS "Certification Standard - Forced Entry and Ballistic Resistance of Structural Systems" and must be certified by the DoS, Bureau of Diplomatic Security (DS). Firms must have or be able to obtain a Secret Facility Security Clearance (FCL). In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret Facility Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Interim Secret or Secret personnel security clearances issued by the Defense Industrial Security Clearance Office (DISCO). Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their proposal. If a SELECTED offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of ninety days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm. Firms that form joint ventures must also comply with the above FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. No contract can be awarded until at least an Interim Secret FCL has been granted. This pre-solicitation notice is not a Request for Proposal (RFP). It is anticipated the solicitation will be issued electronically after approximately 15 days of this notice and will be posted on the Federal Business Opportunities web page at http://www.fedbizopps.gov. The solicitation number will be SAQMMA10R0272. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Potential bidders must register at FedBizOpps in order to receive notifications and/or changes to the solicitation. This acquisition will be conducted as a 100% Small Business Set-Aside competitive procurement using Federal Acquisition Regulation (FAR) Part 15 procedures. Offers from other than small businesses will not be considered. The applicable North American Industry Classification System (NAICS) code for this requirement is 332321. The small business size standard is 500 employees. The Government contemplates awarding a single Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract with a base year and four option years. The proposal will be evaluated in accordance with the criteria described in the solicitation. Central Contractor Registration (CCR) is required in order to be eligible for award. Information concerning CCR registration requirements can be viewed via the Internet at Http://www.ccr.gov. Additionally, Online Representations and Certifications Application (ORCA) is also required and contractors can register at http://orca.bpn.gov. All questions concerning this competition must be directed in writing via email to GreeneDL@state.gov. No questions or inquiries will be accepted by telephone or fax.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0272/listing.html)
- Record
- SN02183085-W 20100623/100621234645-d11eb0086feb3f04a46d81e77b00fdf3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |