MODIFICATION
R -- Security Support Services - Solicitation 1
- Notice Date
- 9/30/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, Citizenship & Immigration Services, USCIS Contracting Office, 70 Kimball Avenue, Burlington, Vermont, 05403
- ZIP Code
- 05403
- Solicitation Number
- HSSCCG-14-R-00029
- Response Due
- 10/27/2014 12:00:00 PM
- Archive Date
- 11/11/2014
- Point of Contact
- Tony K Gabel, Phone: 802-872-4517, Kristie Nestle, Phone: 802-872-4184
- E-Mail Address
-
tony.gabel@dhs.gov, Kristie.Nestle@dhs.gov
(tony.gabel@dhs.gov, Kristie.Nestle@dhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Attachment C Attachment B 6) Wage Determination Attachment A 5) Wage Determination Attachment A 4) Wage Determination Attachment A 3) Wage Determination Attachment A 2) Wage Determination Attachment A 1) Wage Determination Attachment A Security Support Services Request for Proposal (RFP) Pricing Schedule 1449 Security Support Services 09/30/2014 This is a solicitation notice to provide Security Support Services for the U.S. Citizenship & Immigration Services (USCIS), Office of Security & Integrity (OSI). Services will be performed at USCIS facilities located in So. Burlington VT, Williston VT, Washington DC, Lee's Summit MO, Irving TX, Laguna Nigel CA, and Orlando FL. Services include Personnel Security Support (Contract Administration Security Support, Quality Assurance, System Administration & Reporting, Customer Service, Pre-appointment In-take Processing, Personnel Security Case Management, Training, Other Administrative Duties, Professional Personnel Security Services), Security Program Support (Security Program Consulting Support to include Enterprise Security Strategy, Fraud Countermeasures, Project Management and Security Program Management Assistance to include USCIS Security Program Compliance Assurance Support, USCIS Facility Physical Security Support, USCIS Facility Safety Support, and LPIV (ID Card Issuance and Management Support). This acquisition will be a 100% Competitive 8(a) set-aside. One single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with hybrid Firm-Fixed-Price, Fixed Unit Price and Labor Hour pricing. The contract will be performance based and is for a period of performance of 60 months: a twelve-month base period, and four twelve-month option periods. The contractor shall have an approved Facility Clearance at the Secret level by the Defense Security Service. The offeror (Prime Contractor) must have an approved facility clearance at the Secret level at the time of proposal submission. Any subcontractor that will perform work within the SECRET level must also have a facility clearance. If the subcontractor does not have an approved facility clearance at the Secret level prior to award, no work shall be performed at the SECRET level until a facility clearance is approved. USCIS will not sponsor any contractors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/BC/ACB/HSSCCG-14-R-00029/listing.html)
- Place of Performance
- Address: Multiple locations please see desription, United States
- Record
- SN03537790-W 20141002/140930235937-144cf4beb24a017647195cc8ad8c7abc (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 |