SOLICITATION NOTICE
R -- Armed Security Guard Services-Louisiana - Request for Proposal 70FBLA18R0000001 - Attachments to RFP
- Notice Date
- 10/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- 70FBLA18R0000001
- Point of Contact
- Charmaine Hoffman, Phone: 504259-9458
- E-Mail Address
-
charmaine.hoffman@fema.dhs.gov
(charmaine.hoffman@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4-Pricing Worksheet Attachment 3-Wage Determination-EBR Parish Attachment 2-Performance Requirements Summary (PRS) Attachment 1-Performance Work Statement (PWS) Request for Proposal (RFP) 70FBLA18R0000001 (10_11_2018) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101 September 26, 2018. This requirement is for Armed Security Guards to provide security services at disaster related sites and facilities in support of the FEMA Region VI Louisiana Recovery Office (LRO). The Federal Emergency Management Agency (FEMA) uses contracted armed security guard services to safeguard federal employees, visitors and property at both temporary and fixed facilities during disaster and emergency declarations. Period of performance will be for ninety (90) days from date of award, with seven (7) ninety (90) day option periods, and one (1) thirty (30) day option period. This acquisition is 100% set-aside for small business concerns under NAICS Code 561612 with a size standard of $20.5 million. In addition, this acquisition is set aside for local area concerns in accordance with FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside. See attached Request for Proposal (RFP) 70FBLA18R000001 for proposal submission instructions, evaluation factors, soliciation provisions, and contract clauses applicable to this solicitation and the resulting contract. All interested companies shall provide a Technical Proposal (Volume I) and a Business & Price Proposal (Volume II) for the services described in Attachment 1, Performance Work Statement (PWS), and Attachment 2, Performance Requirements Summary. List of Attachments - Request for Proposal (RFP) 70FBLA18R0000001 - Attachment 1 - Performance Work Statement (PWS) - Attachment 2- Performance Requirements Summary (PRS) - Attachment 3 - Wage Determination - Attachment 4 - Pricing Worksheet This solicitation does not obligate the Government to award a contract, nor does it commit the Government to pay any cost incurred in the preparation and submission of a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/70FBLA18R0000001/listing.html)
- Place of Performance
- Address: 1500 Main Street, Baton Rouge, Louisiana, 70802, United States
- Zip Code: 70802
- Zip Code: 70802
- Record
- SN05121509-W 20181013/181011230836-234d6bd52ed937f2104d3a8c616e9796 (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 |