Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-18 07:49:00
United States SAM

US Mission Kigali, Rwanda

Process Number 19AQMM21R0297

USA

Dates:


Notice ID:

19AQMM21R0297

Department/Ind. Agency:

STATE, DEPARTMENT OF

Sub-tier:

STATE, DEPARTMENT OF

Sub Command:

ACQUISITIONS - AQM MOMENTUM

Office:

ACQUISITIONS - AQM MOMENTUM

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-18 07:49:00

Original Response Date:

Nov 05, 2021 01:00 pm EDT

Inactive Policy:

15 days after response date

Original Inactive Date:

Nov 20, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

S206 - HOUSEKEEPING- GUARD

NAICS Code:

561612 - Security Guards and Patrol Services

Description:


Original Set Aside:

ALL INTERESTED OFFERORS WILL NEED TO COMPLETE AND RETURN A RESTRICTED ACCESS REQUEST IN ORDER TO BE GRANTED ACCESS TO THIS REQUIREMENT The U.S. Department of State (DOS) has a requirement for a qualified Contractor to provide Local Guard Services to support the U.S. Mission Kigali, Rwanda. The Government requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirement contained in the Performance Work Statement. The Contractor shall be required to provide services in a manner that prevent loss or injury to U.S. personnel, dependents, property; destruction of assets; to prevent unauthorized access; and deter potential terrorist attacks. Anticipated period of performance is one base year and four one-year options (to be exercised at the sole discretion of the Government). All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify their suitability for employment under this contract. The approximate acquisition schedule is as follows: The synopsis will be posted for approximately fifteen (15) days. No paper copies will be mailed. Once the solicitation is posted on SAM.gov, the offerors will have approximately thirty (30) days to submit proposals. All dates are subject to change and any change will be posted on this site. Site (Virtual) Visits of the U.S. Mission facilities in Kigali, Rwanda will be scheduled and detailed in the solicitation. A firm date of this site visit will be included in L.1 of the solicitation. Offerors are responsible for entry visa, all travel arrangements, local transportation, and accommodations. Due to space limitations, only two (2) representatives from each firm will be allowed for the site visit. Offerors are requested to provide notice of their interest in the solicitation (i.e., name of representative, name of firm, address) to Daniel D. Smith at Smithdd@state.gov. PHONE CALLS WILL NOT BE ACCEPTED Offerors shall have an active registration on the System for Award Management at https://www.SAM.gov. Offerors shall ensure that the point of contact (POC) on the Restricted Access Request form provides his/her full name, including first, middle (if applicable), and last name. The POC’s full name shall be identical to the full name in the SAM.gov database. Offeror must submit request for access on SAM.gov only. For help, contact the SAM.gov help desk. The Offeror must also ensure that the submitting POC’s full name, including first, middle (if applicable), and last name, are identical in SAM.gov as the names appear in SAM.gov. In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The contract will be awarded to the best technically acceptable proposal with the lowest evaluated price.

Attachments / Links:


Document Size Updated date Download

Contact Information:


US DEPT OF STATE, 2201 C ST NW

WASHINGTON , DC 20520

USA

Primary Point of Contacts:

Daniel Smith

Secondary Point of Contact:

Katya Gutierrez