이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Protective Services
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.10.17
원본

 

공고명: Protective Services

게시일: 2017/10/15

마감일: 2017/11/08

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

80AFRC18R0017


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Oct 12, 2017 8:53 pm
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number: "80AFRC18R0017" This solicitation is issued as request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective January 19, 2017. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is a total 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The NAICS Code and Size Standard are 561612 and $20.5 million, respectively.All responsible sources may submit an offer which shall be considered by the agency.Delivery is to NASA AFRC. Delivery shall be FOB Destination. Line item Unit Phase-In One MonthBase Period Twelve MonthsOption I Twelve MonthsOption II Twelve MonthsOption III Twelve MonthsOption IV Twelve Months(See attachment for further details) This effort encompasses Protective Services operations and services at the NASA Armstrong Flight Research Center, located on Edwards Air Force Base; Building 703 located in Palmdale, CA; and the Jet Propulsion Laboratory (JPL) NASA Management Office located in Pasadena, CA, and other locations designated by the Government. Operations and services include: (1) Physical Security (security and security police officers, visitor control, Protective Services Control Center (PSCC) and PSCC Annex operations, armory, and locksmith services); (2) Personnel Security (includes identity, credentialing, and access management); (3) Information and Industrial Security; (4) Emergency Management (includes Emergency Operations Center (EOC) training, planning, and exercises) and Continuity of Operations Planning (COOP); (5) Assistant Communications Security (COMSEC) Account Manager (ACAM);(6) Security Systems Support [includes PSCC and PSCC Annex, access control and badging, Closed-Circuit Television (CCTV), and intrusion detection Information Security (IT) systems]. Period of performance: 5 year from date of award. Offers for the items(s) described above are due by November 8, 2017 to shari.c.trigg@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative.Offerors shall provide the information required by FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017), which is incorporated by reference with addenda.Offerors shall provide the information required by FAR 52.212-2 Evaluation -- Commercial Items (OCT 2014), which is incorporated by reference with addenda.FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017), is applicable.FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JAN 2017), is applicable.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmContract Terms and Conditions (T&Cs) and Performance Work Statement are attached to this notice. All contractual and technical questions must be in writing (e-mail only) to shari.c.trigg@nasa.gov not later than 10/26/2017. Telephone questions will not be accepted. NASA Clause 1852.215-84 Ombudsman (NOV 2011), is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html This posting, in addition to any attached documents, will be available on www.fbo.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).  

 

Please consult the list of document viewers if you cannot open a file.


Solicitation


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Solicitation


Posted Date:

October 12, 2017

 

 

80AFRC18R0017_RFP_Portfolio.pdf (8,379.07 Kb)

Description: RFP Package

 

Contracting Office Address :

NASA/Armstrong Flight Research Center, Code A, P.O. Box 273 Mail Stop 4811-140 Edwards, California 93523-0273 United States


Place of Performance :

Edwards Air Force Base, California; Building 703, Palmdale, CA United States


Primary Point of Contact. :


Shari Trigg

shari.c.trigg@nasa.gov

Phone: 6612762428


Secondary Point of Contact :


James G. Williams,

Contracting Officer


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=bac57f9aab6d150df83e7b98ce3b4d19&tab=core&_cview=0