Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOLICITATION NOTICE

S -- CDC Security Guard Support Services

Notice Date
3/24/2025 5:15:56 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
CDC-75D301-Presolicitation-ATLFC
 
Response Due
4/5/2025 7:00:00 AM
 
Archive Date
04/20/2025
 
Point of Contact
Tim Williams, Phone: 7704882791, Jasmine Powell, Phone: 4044983363
 
E-Mail Address
TPW8@cdc.gov, qes1@cdc.gov
(TPW8@cdc.gov, qes1@cdc.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a Presolicitation synopsis issued in accordance with Federal Acquisition Regulations (FAR) 5.203(a). Description: The Centers for Disease Control and Prevention (CDC), Office of Safety, Security and Asset Management (OSSAM) intends to issue a Request For Proposal (RFP) for a base year of 12 months and four (4) 12-month option years. The purpose of this requirement is to provide security guard services for designated CDC owned and leased facilities located in Atlanta, Georgia and Fort Collins, Colorado. This includes providing and maintaining all management, management support (supervision), labor, supplies, equipment, permits, licenses, certificates, training, documentation and guidance for operations, materials and transportation necessary to accomplish security guard services. THIS WILL BE A SMALL BUSINESS SET-ASIDE OPPORTUNITY FOR ELIGIBLE 8(a) ALASKAN NATIVE CORPORATIONS (ANC). Applicable NAICS: The North American Industry Classification System (NAICS) Code for this requirement is 561612 (Security Guards and Patrol Services) . Applicable Product Service Code: S206 (Housekeeping - Guard) Anticipated Period of Performance: The anticipated period of performance is a Base Year of 12 months plus four (4) 12-month Option Years as follows: Base Year: May 1, 2025 thru April 30, 2026 Option Year 1: May 1, 2026 thru April 30, 2027 Option Year 2: May 1, 2027 thru April 30, 2028 Option Year 3: May 1, 2028 thru April 30, 2029 Option Year 4: May 1, 2029 thru February 28, 2030 Option Period 5: March 1, 2030 thru April 30, 2030 Place of Performance: Designated CDC owned and leased facilities located in Atlanta, Georgia and Fort Collins, Colorado. Type of Set-Aside: This will be a SMALL BUSINESS SET-ASIDE OPPORTUNITY FOR ELIGIBLE 8(a) ALASKAN NATIVE CORPORATIONS (ANC). Interested contractors must be currently in the SBA 8(a) Program. Contemplated Contract Type: The Government contemplates award of a single Firm-Fixed Price with Labor Hour contract. Disussions: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government�s best interest. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation in April 2025. NO telephone or written request for the solicitation will be accepted. Solicitation Website: The Government will release the solicitation, including any subsequent amendments, if any, on the www.SAM.gov website. Registration: Offerors are required to be registered in the System for Award Management (SAM) when submitting an offer or quotation and at the time of award. Disclaimer: This Presolicitation synopsis is not a request for competitive proposals. This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. Responses to this synopsis are not required. Questions regarding this notice shall be submitted to the Contract Specialist, Tim Williams at TPW8@cdc.gov . No telephone questions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0a9d7fd499a46d49b347f264c6a16f8/view)
 
Place of Performance
Address: Atlanta, GA 30341, USA
Zip Code: 30341
Country: USA
 
Record
SN07382916-F 20250326/250324230042 (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.