Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70RFP119RE2000001
The U.S. Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPS AD), East Consolidated Contracting Group (ECCG) has a requi...
The U.S. Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPS AD), East Consolidated Contracting Group (ECCG) has a requirement for armed Protective Security Officer (PSO) services at various locations throughout Brooklyn, Staten Island, and Long Island, New York. The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). The estimated PSO service hours for Brooklyn, Staten Island, and Long Island are 135,500 hours annually for a 66 month period. This requirement will be solicited as a commercial item in accordance with FAR Part 12 procedures in conjunction with FAR Part 15. It is anticipated that a firm fixed price, single award, indefinite delivery/indefinite quantity type contract will be established as a result of the solicitation. Resultant task orders under the contract will be firm fixed price. The ordering period will consist of a 12-month base period with four (4) consecutive 12-month options with an additional 6-month option in accordance with FAR 52.217-8, Option to Extend Services. This acquisition is being solicited under a small business set aside. The North American Industry Classification System (NAICS) code is 561612, Security Guard and Patrol Services; the size standard is $20.5 million. The Request for Proposals (RFP) will require the submission of a technical proposal as well as a price proposal. The technical, non-price factors, when combined, are more important than price. The submission requirements and evaluation criteria will be defined in the solicitation. All proposals received in response to the RFP will be evaluated using Best Value Trade-Off Procedures. All contractors must be registered in the System for Award Management (http://www.sam.gov). Further offerors are required to complete their Online Representations and Certifications Applications (ORCA) at www.sam.gov. It is anticipated the RFP will be posted to www.fbo.gov on or around February 15, 2019. No documents will be made available prior to solicitation issuance. It is the contractor's responsibility to monitor the website for the issuance of the RFP, as well as any updates to the solicitation. A Pre-Proposal conference will be held at a date and time to be determined. All questions must be submitted in writing to Contract Specialist Nicole Denofa at Nicole.Denofa@ice.dhs.gov.