The RFP Database
New business relationships start here

AMENDMENT 000005_Screening Information Request/Request for Offer: National Security Officer Program - Eastern Service Area (ESA)


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The purpose of this amendment is to provide changes to Sections B, J, L and M and respond to offeror's questions. Refer to Summary of Changes and the revised Sections.

Refer to the Summary of Changes and the revised Sections for details.

---------------------------------------------------------------

The Federal Aviation Administration (FAA) Air Traffic Facility Security Risk Management Program (FSRM) office has a requirement for security officer services throughout the continental United States, Alaska, Hawaii and Guan and Puerto Rico under the National Security Officer Program (NSOP). These services are being procured in order to provide physical security safeguards for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage and terrorism.

This Screening Information Request/Request For Offer (SIR)/(RFO) is for Security Officer (SO) Services within Eastern Service Area (ESA). A complete listing of included facilities can be found in Section B of the SIR.

1.    INTRODUCTION/DESCRIPTION
The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide SO services in accordance with the stated requirements. The Contractor must implement all necessary scheduling and personnel and equipment control procedures to ensure timely accomplishment of all SO service requirements.

2. CONTRACT TYPE AND PERIOD OF PERFORMANCE
The resulting award will be Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) with three Time and Material (T&M) Contract Line Item (CLINs) and one Cost Reimbursable (CR) CLIN and a period of performance of one base year and four one year options with security officer services anticipated to begin on September 30, 2017. It is the FAAbs intention that any new awardee will have an initial three month transition period prior to the security officer services start date. The FAA will award one contract resulting from this individual Service Area SIR.

3. NATURE OF COMPETITION
This acquisition will involve the use of streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the FAA Acquisition Management System (AMS). The principle North American Industry Classification System (NAICS) code for this effort is 561612 - Security Guards and Patrol Services. The small business size standard for this code is $20.5 million.
Tiered Evaluation: In order to provide opportunities for small businesses and to ensure that FAA requirements are met, the acquisition strategy for this procurement includes the use of a tiered evaluation of offerors with the following tiers:

I.    SEDB/8(a) Businesses
II.    Small Businesses
III.    Other Than Small Businesses

(1) Tiered evaluation of offers is a process by which FAA promotes small business participation while providing FAA a means to continue the procurement if small business participation is insufficient.

(2) The FAA may use tiered evaluation of offers to promote competition in each tier of small business concerns while still allowing other than small business to participate without issuing another SIR.

With the exception of joint ventures, all business classifications will be encouraged to submit offers for this SIR. The FAA will proceed with the evaluation of offerors and award within the lowest tier found to contain adequate competition among technically acceptable offers. Adequate competition exists when two or more responsible offerors, competing independently, submit priced offers that satisfy the Governmentbs expressed requirement. If only one proposal is received in a lower tier, this offer from a lower tier may compete with higher tiered submissions in order to achieve adequate competition.

Each offeror may be considered as a prime contractor for only one Service Area award but have the ability to pursue subcontracting opportunities on other Service Area awards without restriction. The FAA will only recognize one Prime Contractor per offer. Under the first two tiers, Small Business offerors are reminded that in accordance with AMS clause 3.6.1-7 Limitations on Subcontracting, at least 50% of the work must be performed by employees of the Prime contractor. AMS clauses may be viewed in full text at http://conwrite.faa.gov. Under the third tier, in accordance with Section I AMS Clause 3.6.1-4 Small, Small Disadvantaged, Women-Owned and Service-Disabled Veteran Owned Small Business Subcontracting Plan (August 2012) (c) the offeror, upon request by the Contracting Officer, shall submit and negotiate a subcontracting plan, where applicable, that separately addresses subcontracting with small business, small disadvantaged business, women-owned small business and service-disabled veteran-owned small business concerns.

Alternate proposals will not be evaluated. In the event a proposal is rejected a notice will be sent to the Offeror stating the reason(s) that the proposal will not be given further consideration.

All responses to this SIR must follow all submission instructions found in Section L of the SIR.

The FAA will not pay any costs incurred in the preparation or submission of any response to this solicitation.

4. ADDRESS, TIME AND DATE FOR SUBMISSION OF PROPOSALS
(a) Address - Proposals may be hand-delivered or mailed by commercial delivery or US Mail to the following address:

ATTN: Wanda Mundy/Keri Henderson
Federal Aviation Administration
Department of Transportation
800 Independence Ave SW
Room 406W
Washington, DC 20591
Telephone: 202.267.4449/202.267.4428

(b) Time and Date - Proposals must be received by the FAA at the above location no later than 2:00 pm Eastern Time on 02/02/2017. Offerors must request receipts for proposals if one is desired. All SIR Amendments issued, if any, must be signed on the cover page Solicitation, Offer and Award (Standard Form 33) and submitted with the Offerors proposal.

(c) Signed Originals - Offerors must provide one signed original and all required copies.

(d) Proposal Submission - Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Facsimile or E-Mail submittals of proposals will not be accepted. Proposals may be hand-delivered or mailed by commercial delivery or US Mail.

5. QUESTIONS
Questions pertaining to this SIR must be submitted in written form via email to Wanda Mundy or Keri Henderson, Contracting Officer, at wanda.mundy@faa.gov or keri.henderson@faa.gov no later than 2:00 p.m., December 15, 2016. Questions and responses that clarify the SIR may be provided to all Offerors; however the source of the questions will not be identified. The FAA plans to publish responses to questions on FAA Contract Opportunities on January 12, 2017.
                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26439 to view the original announcement.

Keri Henderson, keri.henderson@faa.gov, Phone: 202-267-4428

Click here to email Keri Henderson

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP