SOLICITATION NOTICE
S -- Protective Security Officer (PSO) Services at various locations in Virgnia and Maryland
- Notice Date
- 11/9/2015
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
- ZIP Code
- 19106
- Solicitation Number
- HSHQEC-16-R-00001
- Archive Date
- 12/12/2015
- Point of Contact
- Michelle A. Duffy, Phone: 2155212257, Michael D. Byrne, Phone: 215-521-2247
- E-Mail Address
-
michelle.duffy@hq.dhs.gov, michael.byrne@hq.dhs.gov
(michelle.duffy@hq.dhs.gov, michael.byrne@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security, Federal Protective Service, East Consolidated Contracts Group, intends to procure armed Protective Security Officer (PSO) services at the following sites in Virginia and Maryland: 600 & 700 Army Navy Drive Arlington, VA; 1550 Crystal City Drive, Suite 9, Arlington, VA; 22624 Dulles Summit Court, Sterling, VA; 14560 Avion Parkway, Chantilly, VA; 8550 Cinderbed Road, Suite #500, Lorton, VA; 1440 McCormick Drive, Upper Marlboro, MD 20774, 22400 Shaw Road., Sterling, VA; 8701 Morrissette Drive, Springfield, VA; and 10555 Furnace Road, Lorton, VA. The Protective Security Officers will protect the personnel and property at these locations. The overall period of performance will be five years with a six month option. This requirement is being solicited in accordance with FAR Part 12. It is anticipated that a single award, Indefinite Delivery/Requirements type contract with fixed monthly price, will be issued as a result of the solicitation. The contract will consist of a 12 month base ordering period followed by four, 12 month option periods and an additional six month optional ordering period pursuant to FAR 52.217-8. The NAICS code for this acquisition is 561612, Security Guard and Patrol Services. The size standard is $19.0 Million. As an integral part of this security effort, the contractor shall provide and maintain all management, supervision, manpower, training, equipment, supplies, license, permits, certificates, insurance, pre-employment screenings, reports, and files necessary to accomplish the requirement. The RFP shall require the submission of a technical proposal as well as a price proposal. All proposals received from industry will be evaluated using Best Value/Trade-Off procedures. It is anticipated that this requirement will be issued as a 100% Small Business Set-Aside. A Secret clearance is required and offerors must possess a clearance at solicitation close.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28f85354963b3633e7751b00e38eb678)
- Record
- SN03941805-W 20151111/151109234135-28f85354963b3633e7751b00e38eb678 (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 |