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: 2021-07-02 15:27:00
United States SAM

National Security Guard Services

Process Number 70Z02321RPGC00100

USA

Dates:


Notice ID:

70Z02321RPGC00100

Department/Ind. Agency:

HOMELAND SECURITY, DEPARTMENT OF

Sub-tier:

HOMELAND SECURITY, DEPARTMENT OF

Sub Command:

HQ CONTRACT OPERATIONS (CG-912)(000

Office:

HQ CONTRACT OPERATIONS (CG-912)(000

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Nov 06, 2021 05:01 pm EDT

Original Published Date:

2021-07-02 15:27:00

Original Response Date:

Jul 22, 2021 04:00 pm EDT

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

Nov 27, 2021

Original Inactive Date:

Aug 06, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

8(a) Set-Aside (FAR 19.8)

Product Service Code:

S206 - HOUSEKEEPING- GUARD

NAICS Code:

561612 - Security Guards and Patrol Services

Description:


Original Set Aside:

The United States Coast Guard (USCG) has a requirement for security guard services to be performed at up to 62 USCG installations, units, bases and facilities within the United States (CONUS), outside the United States (OCONUS) and U.S. territories. The Deputy Commandant for Mission Support, Office of Security Policy & Management, DCMS-34, has established standard security requirements for all USCG locations that set the baseline standards organization wide, to include armed guards, 24 hours a day, seven days a week; standard uniforms, weapons and tactical gear. Requirements at different USCG installations may vary beyond the baseline security thresholds established by DCMS-34 based on the need to comply with local rules, regulations, procedures, laws and requirements due to unique geographic locations. The National Security Guard Services will be competed on a regional basis. The regions are defined below. 1) NORTHWEST D13 – Base Seattle 2) NORTHEAST D1 – Base Boston, Base Cape Cod, Sector New York (Battery Bldg), CG Academy D9 – Sector Detroit 3) MID-ATLANTIC D5 – Base Portsmouth, Base Elizabeth City, ALC Elizabeth City, CG Yard, TISCOM, TRACEN Yorktown, TRACEN Cape May 4) SOUTHWEST D11 – Base Alameda, TRACEN Petaluma, Base LA/LB 5) SOUTHEAST D8 – ATC Mobile, AIRSTA Corpus Christi, Base Miami, AIRSTA Miami, AIRSTA Clearwater 6) ALASKA D17 – Base Kodiak 7) HAWAII D14 – Base Honolulu, AIRSTA Barber’s Point 8) PUERTO RICO D7 – Base San Juan, Base Det Borinquen, Ramey DOD School, DOD Ramey School, CG Exchange Borinquen Although Commercial-Off-The-Shelf (COTS) IT products will not be procured as part of the requirement, these products will be used by the prospective vendor for common administrative functions, such as scanning badges and issuing access to the installations and facilities/buildings within USCG properties. The solicitation will be issued as a competitive 8(a) set aside. The applicable NAICS Code is 561612, Security Guards and Patrol Services and the size standard is $22.0 million. The USCG intends to award up to eight (8), single award contracts which will be Indefinite Delivery Indefinite Quantity (IDIQ) regional contract(s) with firm-fixed price task orders. The period of performance is anticipated to be for a one-year Base Year and 4 one-year Option Years (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start in April 2022. Interested parties must be registered in the SAM.Gov database and must have an active and complete registration status prior to award, during performance and through final payments of any contract and/or order resulting from this solicitation. Lack of active and complete registration in the SAM.Gov database will make a contractor ineligible for award. Contractors may obtain information on registration via the Internet at https://sam.gov/content/home.

Attachments / Links:


Document Size Updated date Download

Contact Information:


WASHINGTON DC 20593

WASHINGTON , DC 20593

USA

Primary Point of Contacts:

Jamison Harned

Secondary Point of Contact:

Clenton Shanks