MODIFICATION
R -- Access Control Services - Amendment 3
- Notice Date
- 5/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-12-R-0036
- Archive Date
- 3/8/2012
- Point of Contact
- Stephen E. Lee, Phone: 2022312816, LAURA PASKMAN-SYMS, Phone: 202 231-5570
- E-Mail Address
-
stephen.lee@dia.mil, laura.paskman-syms@dodiis.mil
(stephen.lee@dia.mil, laura.paskman-syms@dodiis.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Addenda to Amendment 0002 AMENDMENT 0002 HHM402-12-R-0036 This Amendment institutes the following changes: (Except as noted this Amendment supersedes prior attachments and amendments to the Solicitation) - This Amendment hereby incorporates : o Revised Pricing Schedule as Addendum A-1, which is to be submitted in Volume III Pricing. o New pricing detail sheet Addendum A-2 to be submitted in Volume III Pricing. o Addendum B – Instructions to Offerors o Addendum C – Evaluation Criteria o Addendum D – Revised Statement of Work (SOW) dated 22 May 2012, which supersedes previous SOW - This Amendment hereby acknowledges: o Current Solicitation attachment DD254 o Current Solicitation attachment Past Performance Survey - This Amendment hereby: o Changes recipient email for Past Performance survey to Stephen.Lee@dodiis.mil o Establishes Question and Answer (Q&A) submission close as 31 May 2012 at 1500. o Designates Solicitation point of contact as: Stephen.Lee@dodiis.mil ; Q&A point of contact as: Laura.Paskman-Syms@dodiis.mil o Establishes proposal due date on or before 1300; 11 June 2012 Addenda A-1 – Price Schedule; A-2 – Pricing Detail; B- FAR 52.215-1 Instructions to Offerors – Competitive Acquisition; C – Evaluation Factors for Award; and Statement of Work (SOW) are attached to this announcement, with a SF30 for reference purposes. The following FAR provisions and clauses are applicable to this solicitation by reference: 52.204-7, Central Contractor Registration; 52-212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation-Commercial Item; 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I; 52.252-2 Clauses Incorporated by Reference; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.237-3 Continuity of Services; 52.233-1 Disputes; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.216-1 Type of Contract; 52.219-6 Notice of Total Small Business Set Aside; 52.219-14 Limitations on Subcontracting; 52.222-19 Child Labor Cooperation with Authorities; 52.222-50 Combating Traffic in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards ; 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ; 52.222-3, Convict Labor ; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving ; 52.225-13, Restrictions on Certain Foreign Purchases; ; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities to Iran -Representation and Certification 52.243-1 Changes-Fixed Price Alternate I; 52.246-4 Inspection of Services-Fixed Price; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract. The following DFARS clauses and provisions apply to this solicitation and are hereby incorporated: 252.201-7000, Contracting Officer's Representative; 252.246-7001 Notification of Potential Safety Issues; 252.204-7004 Alternate A, Central Contractor Registration; 252.204-7000 Disclosure of Information; 252.212-7000, Offeror Representations and Certification-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; 252.232-7010 Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment and Local Clauses, 1052.204-90 Contractor Personnel Clearances; 1052.204-97, Security Clearance; 1052.231-92 Hours of Operation and 1052.232-90 Invoice Procedures: Electronic Invoicing Requirement Invoicing Procedures and Payment. The FAR Clauses and Provisions may be found in full text at the following web site: http: farsite.hill.af.mil. Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Award is a Total Set Aside for Small Business Concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-12-R-0036/listing.html)
- Place of Performance
- Address: Virginia Contracting Activity, ATTN: AE-2A, Bolling AFB, Washington, District of Columbia, 20340, United States
- Zip Code: 20340
- Zip Code: 20340
- Record
- SN02759130-W 20120527/120525235145-c963069e3f49f26c0fa08b573c19e7e2 (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 |