Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2022 SAM #7400
SOLICITATION NOTICE

R -- Armed Security Guard Services for the Center for Domestic Preparedness

Notice Date
3/3/2022 7:29:28 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA2022R00000002
 
Archive Date
11/30/2022
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611, Gary Patrick Topper, Phone: 3014477280
 
E-Mail Address
laura.harshbarger@dhs.fema.gov, gary.topper@fema.dhs.gov
(laura.harshbarger@dhs.fema.gov, gary.topper@fema.dhs.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
In accordance with Federal Acquisition Regulation (FAR) Part 5, this synopsis is for armed security guard services for the Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP) located in Anniston, AL. The FEMA/Office of the Chief Component Procurement Officer/Acquisition Operations Division/Preparedness Section intends to award a firm-fixed-price contract award under the authority of FAR Part 15. The objective of this procurement is to obtain reliable, efficient, and effective armed security guard services for the CDP. No Solicitation or Request for Proposal (RFP) is currently available. This acquisition is a competitive 8(a) small business set aside and is limited to eligible 8(a) participants. The 8 (a) competitive solicitation will be made available via the internet at: http://SAM.gov (under Contract Opportunities) on/about March 21, 2022, with proposals being due approximately 30 days later. It is the responsibility of interested firms to monitor this internet site (www.SAM.gov) for the release of this solicitation, as well as any amendments or questions and answers related to this procurement. The NAICS code is 561612- Security Guards and Patrol Services. The Small Business Size Standard for this NAICS is $22.0 million. Any responsible 8(a) concern may submit a proposal that will be considered by the Government. This pre-solicitation notice does not commit the Government to the issuance of a solicitation or award of a contract. No paper copies of the solicitation will be available.� No phone calls or facsimile transmissions will be accepted. �A firm-fixed-price contract award is anticipated.� Award will be based on best value using trade-offs. The Period of Performance is estimated as follows: �an approximate 30 day phase-in period, followed by 11 months of services for the base period.� The contract will also include four (4) 12-month option periods.� The anticipated phase-in start date is August 26, 2022, with full contract performance beginning on September 26, 2022.�� The CDP is a federal entity (a component of the National Preparedness Directorate (NPD), under FEMA/DHS) and is the designated federal training center engaged in preparing emergency first responders, emergency management officials, state and local community leaders and managers, plus federal, private sector and international first responders, to combat terrorism including response to weapons of mass destruction and hazardous materials incidents. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention, response to and recovery from Weapons of Mass Destruction (WMD) and hazardous materials incidents. The CDP occupies six major enclaves of the former Fort McClellan, Alabama. They are: (1) CDP Responder Main Complex; (2) CDP Advanced Responder Training Complex; (3) CDP Responder Lodging Complex; (4) CDP Warehouse Complex; (5) the Noble Training Facility; and, (6) the Chemical, Ordnance, Biological, and Radiological Training Facility (COBRATF). The intention of this requirement is to obtain reliable, efficient and effective Armed Security Guard Services that will provide the government best value, considering the trade-off process, and meet the requirements described in the statement of work. The contractor shall provide properly qualified, trained, licensed, armed and certified personnel, their uniforms, equipment, tools, materials, supervision and other items and services except such equipment and supplies as provided by the Government necessary to: (1) plan for, and (2) provide continuous (twenty-four (24) hours per day, seven (7) days per week) static post and roving patrol armed security services to protect the CDP personnel and properties. The contractor must also plan for and participate in site security surveys and inspections, provide operation and monitoring of the CDP security CCTV, IDS, access control, and fire alarm systems, and participate in planning for and execution of CDP and COBRATF Emergency Response Exercise (ERP) actions.� In performing these functions the contractor shall provide all labor, supervision, administration, and equipment unless specifically identified as Government furnished.� The incumbent contractor for this requirement is APSI-CENTERRA JV LLC, 110 W. 38TH AVE STE 200F, Anchorage, AK 99503 under contract number HSFE20-17-C-0203 with a total value of $19,225,741.71 for a base year and four (4) one-year options (total of 5 years). A Request for Information (RFI) was previously posted on SAM.gov on October 21, 2022, for this requirement. The Advanced Acquisition Plan (AAP) number is 2021055877, which was posted to the Acquisition Planning Forecast System (http://apfs.dhs.gov/). A Pre-Proposal Site Visit is not currently planned for this requirement. However, for interested offerors, a Power Point/slide presentation/pictures may be utilized to assist offerors in the understanding of the requirements and tasks in the SOW. More details will be included in the RFP. No response is required as a result of this pre-solicitation notice.� This is a pre-solicitation notice only.� All inquiries shall be submitted by email to Laura Harshbarger (laura.harshbarger@fema.dhs.gov), Contract Specialist, DHS/FEMA, Emmitsburg, MD and Gary Topper (gary.topper@fema.dhs.gov), Contracting Officer, DHS/FEMA.� No phone calls accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e58b3febf1094caea7a16c5bb7a356a0/view)
 
Place of Performance
Address: Anniston, AL 36205, USA
Zip Code: 36205
Country: USA
 
Record
SN06256266-F 20220305/220303230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.