SOLICITATION NOTICE
R -- Department of Labor (DOL) Security Center -- Armed Security Guard Services
- Notice Date
- 5/6/2014
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL-OPS-14-R-00001
- Archive Date
- 6/11/2014
- Point of Contact
- JAMES JOHNSON, Phone: 2026937161
- E-Mail Address
-
johnson.james.m@dol.gov
(johnson.james.m@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Labor (DOL) Office of the Assistant Secretary for Administration and Management (OASAM) Office of Procurement Services (OPS) intends to issue a solicitation for Armed Security Guard Services to support the DOL Security Center. The Government anticipates the award of a hybrid Firm Fixed Price (FFP) and Labor Hour (LH) Contract. The requirement shall be posted under the North American Industry Classification System (NAICS) Code of 561612-Security Guards and Patrol Services. The Small Business Size Standard for NAICS Code 561612 is $19 Million. The Product Service Code (PSC) for the requirement is R430. The requirement for Armed Security Guard Services shall be competed as a 100% set-aside among eligible Small Business Contractors. The Government anticipates posting Solicitation Number DOL-OPS-14-R-00001 to the Federal Business Opportunities ("FedBizOpps") website (https://www.fbo.gov/) on or around May 28, 2014 at 9:00AM EST. The date and time for receipt of proposals is expected to be June 30, 2014 at 3:00PM EST. The solicitation may be downloaded from the FedBizOpps website listed above. No paper copy / hard copy of the solicitation will be distributed. Prospective Offerors MUST be actively registered in the System for Award Management (SAM) to be eligible for award. The SAM website can be found at: www.sam.gov. In order to be eligible to participate in the procurement, a prospective Offeror MUST be certified as a Small Business by the United States Small Business Administration (SBA) at the time of proposal submission. The Government anticipates that the period of performance for the contract will consist of a Transition Period; Base Period; and four (4) twelve (12) month Option Years. The place of performance shall be at the following two (2) locations: 1) Frances Perkins Building, (Headquarters Building), 200 Constitution Avenue, NW, Washington, DC 20210; and 2) 122 C Street, NW, 4th Floor and 6th Floor, Washington, DC 20210. The DOL will use competitive acquisition procedures utilizing best practices for conducting a competitive procurement as authorized by the Federal Acquisition Regulations (FAR). Offers will be evaluated and the contract will be awarded based on the proposal representing the "Best Value to the Government". The evaluation Factors and their relative importance will be stated in the solicitation. Issuance of the solicitation does not constitute an award commitment on the part of the Government, nor does it commit the Government to pay for costs incurred in the preparation and submission of proposals. Proposals shall be submitted electronically via e-mail to: Erica S. Nemmers, Contracting Officer at: Nemmers.Erica.S@dol.gov James Johnson, Contract Specialist at: johnson.james.m@dol.gov Electronic submission of proposals via e-mail is the ONLY acceptable method for proposal submission. If proposals are received via any other method, they will not be accepted or reviewed. Communications and questions concerning this notice shall be submitted via e-mail to the Contracting Officer, Erica S. Nemmers at Nemmers.Erica.S@dol.gov and the Contract Specialist, James Johnson at johnson.james.m@dol.gov. Telephone requests and questions will not be accepted. The Department of Labor Security Center will conduct a MANDATORY site visit for the place of performance listed above. All companies must attend the site visit in order to be considered for award. The mandatory site visit is scheduled for Tuesday, June 10, 2014, at 10:00AM EST. Please advise the Contracting Officer, Erica S. Nemmers at Nemmers.Erica.S@dol.gov and the Contract Specialist, James Johnson at johnson.james.m@dol.gov of your plan to attend the site visit no later than June 02, 2014 at 10:00AM EST. ONLY TWO (2) PERSONNEL MAY ATTEND THE SITE VISIT PER COMPANY. SITE VISIT MORNING SCHEDULE: First Location: Frances Perkins Building (Headquarters Building), 200 Constitution Avenue, NW, Washington, DC 20210. 10:00AM EST - In-processing. Offerors receive Badges to enter the Government facility. 11:00AM EST - Site visit begins. At the conclusion of the site visit for the Frances Perkins Building (Headquarters Building), the Government will provide a lunch break and resume the site visit for 122 C Street, NW, 4th Floor and 6th Floor, Washington, DC 20210. SITE VISIT AFTERNOON SCHEDULE: Second Location: 122 C Street, NW, 4th Floor and 6th Floor, Washington, DC 20210. 1:30PM EST - In-processing. Offerors receive Badges to enter the 122 C Street location. 2:00PM EST - Site visit begins. In-processing begins for all Vendors at the main entrance for the Department of Labor located at: 200 Constitution Ave, NW, Washington, DC 20210. Parking will not be provided for the site visit. Therefore, please allow extra commuting time. The Government highly encourages the utilization of public transportation for the site visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-14-R-00001/listing.html)
- Place of Performance
- Address: Contractor services and support shall be required at the following two (2) locations:, Frances Perkins Building (Headquarters Building), 200 Constitution Avenue, NW, Washington, DC 20210, 122 C Street, NW, 4th Floor and 6th Floor, Washington, DC 20210, WASHINGTON, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN03357901-W 20140508/140506234442-9173b2ad81e1c2ea506a83e37cf05c71 (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 |