MODIFICATION
S -- Security Escort Services/Cleared American Guard
- Notice Date
- 2/17/2017
- Notice Type
- Modification/Amendment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Europe, DITCO-Europe, Patch Barracks, Haupstrasse, BLDG 2341, 70569 Stuttgart, Germany, Stuttgart, Germany
- ZIP Code
- 00000
- Solicitation Number
- HC1021-17-T-0103
- Archive Date
- 3/18/2017
- Point of Contact
- Admir Hadzic, Phone: 00497116805194
- E-Mail Address
-
admir.hadzic2.civ@mail.mil
(admir.hadzic2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Defense Information System Agency's (DISA) contracting office requests potential contractor to provide input into writing a requirement for Security Escort Services/Cleared American Guard. DISCLAIMER: "This draft RFP is being provided to industry for receipt of industry comments only. This is NOT a Request for Proposal (RFP) at this time." The specifics are as follows: Tracking Number HC1021-17-T-0103 Task/Delivery Order Title: Security Escort Services/Cleared American Guard Small Business Set Aside: No Order Type: Firm Fixed Price (FFP) Other Direct Charges(ODCs) / Travel: None Period of Performance: (Base Year) + Four (4) Option Years Incumbent Contractor: N/A Full Time Equivalents(FTEs) on Incumbent Contract: N/A Section 508 Applicable: No Method of Evaluation: Lowest Price Technically Acceptable (LPTA) Performance Based: Yes DD254 Required: Yes Comment/Question Due Date: 03 March 2017 2. Prospective contractors are requested to submit a written technical and price input in response to the attached Performance Work Statement (PWS) (Attachment 1) and Quality Assurance Surveillance Plan (QASP)(Attachment 2). 3. Evaluation Factors and Basis for Award Determination: a. Prospective contractors are encouraged to provide information regarding your plans to meet each of the functional areas contained therein to assist DISA in making a determination regarding the level of participation. You should provide information on how you would envision your company's areas of expertise to meet the specific requirements contained in this announcement. Page 2 of 3 (1) Technical/Management Approach Factor: Provide information regarding your plans to meet the Technical/Management Subfactors. Government will use the following factors write the requirement and to evaluate the potential proposals. (a) Subfactor 1: Secret Security Clearance, PWS Paragraph 6.1. (b) Subfactor 2: Appropriate Staffing Levels & Escort Services, PWS Paragraph 6.2. (c) Subfactor 3: Monthly Reporting and Status Meetings, PWS Paragraph 6.3. (2) Price Factor: (a) Please provide Price proposals. The eventual request for proposal will include price factors that will be evaluated. The Government will conduct a realism analysis to evaluate eventual proposal. The contractors are asked to submit pricing for the base period and all option periods, including option pricing for an additional 6-month period that may be authorized IAW FAR 52.217-8. The pricing proposal should include a separate line item for the additional 6- month period IAW FAR 52.217-8. These prices shall be identical to the quoted pricing in the 6 months prior to expiration of the base period, or the final option period, if option periods are present. (b) Contractors are asked to include price proposals and with it detailed information regarding the resources required to accomplish the task (e.g., labor categories, labor hours, number of employees for each labor category, rates, travel, incidental equipment, contract access fees, etc.). Again, the price proposal spreadsheet shall be a separate document from the technical/management proposal. (c) The Government may require surge support during the base or any option period and surge modifications will be in-scope to provide increased support for the defined task areas of the PWS. Surge would be considered OPTIONAL and it would not be a guaranteed. If the Government determines that an increased quantity of support is required for the task areas defined in the PWS, the Government will reserves the right to exercise the surge option unilaterally. The contracting officer will provide written notice to the offeror at least 10 calendar days prior to any unilateral exercise of the surge option. The Government is providing a percentage value to be used by all offerors when proposing surge: surge support will not exceed 40% of the offeror's total proposed cost/price for the base and all option periods, excluding any 6-month extension of services pursuant to FAR 52.217-8. The Government would not conduct a cost realism analysis on optional surge CLINs if all other labor CLINs under the contract/task order are firm-fixed price. Surge support will be provided at the same labor rates proposed and found fair and reasonable at time of contract/task order award for the applicable period of performance. When surge support is realigned under cost-type CLINs, if actual reimbursable labor rates exceed the labor rates originally proposed and found fair and reasonable at time of contract/task order award, the contractor would only be entitled to a fee amount based on the originally proposed labor rates. Page 3 of 3 4. Offerors shall propose a fixed price payment plan commensurate with the value of the deliverables and/or significant milestones in the PWS for this requirement. 5. Questions/comments/recommendations should be addressed to disa.stuttgart.ditco.mbx.pl512@mail.mil, in writing, no later than March 03, 2017 at 9:00AM (EST). The Government reserves the right to not answer questions submitted after this time. Sincerely, Jeremy C. Potthast CONTRACTING OFFICER Attachment 1, PWS Attachment 2, QASP Attachment 3, CLIN Pricing Worksheet Attachment 4, Evaluation Tables Attachment 5, FAR/DFARS Provisions and Clauses Attachment 6, DD254 Attachment 7, Draft Questions and Answers
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTE/HC1021-17-T-0103/listing.html)
- Place of Performance
- Address: Stuttgart, Non-U.S., Germany
- Record
- SN04407952-W 20170219/170217235220-4fd4078cf7ecc2a27e6723c004a0db0f (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 |