Posted: Feb. 14, 2025, 4:29 p.m. EST
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Products FAR Part 15, Contracting by Negotiation, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-02, 01/03/2024. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number for this requirement is 70LGLY24RGLB00018 and is issued as a Request for Proposal (RFP) for Enterprise Security and Administrative Services for Department of Homeland Security (DHS) Federal Law Enforcement Training Centers (FLETC) locations: Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland.
The requirement is being solicited in accordance with FAR Part 12/15 procedures as a competitive 8(a) with the Small Business Administration under the 8(a) Business Development Program. It is anticipated that a single award, fixed price, Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract will be established as a result of the solicitation.
The North American Industry Classification System Code (NAICS) is 561612 and the Small Business Standard is $29 million.
The Offeror shall clearly present information adequate to evaluate fully each of the evaluation criteria listed in this solicitation. Therefore, the Offeror are advised to read carefully the entire Request for Proposal (RFP).
Notice to Offeror(s): Due to Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
A site visit will not be conducted, in lieu, FLETC site maps are provided as Attachment 1.
- Proposal submission instructions:
The Government intends to award a single contract as a result of this solicitation. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerers; and to award to the offerer submitting the proposal determined by the Government to be the most advantageous to the Government. The Contracting Officer will determine the responsibility of each proposal. A nonresponsible and/or non-responsive proposal will preclude an evaluation and subsequent award.
This solicitation requires registration with the System for Award Management (SAM) prior to submission of offer, prior to award, and at time of award pursuant to applicable regulations and guidelines to the following to be consistent with the Nov. 2024 revisions to the provision: This solicitation requires registration with the System for Award Management (SAM) at the time of offer submission and at time of award pursuant to applicable regulations and guidelines.
Acceptance of an award certifies that the contractor will comply with FAR 52.222-50 Combating Trafficking in Persons by notifying all employees and subcontractors at all levels.
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
This source selection will utilize Advisory Down-Select process consisted of Phase 1 and Phase 2 as described below:
PHASE 1: Proposal for Volume 1: Factor 1- Experience (Non-Price) Seven (7) Page Limit: will consist of a written submission Factor 1 Prior Experience only. After evaluating all submissions, each Offeror will be notified of its viability of being competitive into Phase 2, such that lower rated offerors may elect not to proceed in submitting further proposals.
Offeror's Representations and Certifications [FAR 52.212-3 clause shall be filled in or statement that all representations and certifications are listed in System for Award Management (SAM)] are to be submitted with Phase 1. This information will not be counted as the seven (7) page limit.
Certification of compliance. In accordance with 13 CFR 125.8(d) Prior to the performance of any contract set aside or reserved for small business by a joint venture between a prot g small business and a mentor authorized by 13 CFR 125.9, the small business partner to the joint venture must submit a written certification to the contracting officer and SBA, signed by an authorized official of each partner to the joint venture, stating as follows:
(1) The parties have entered into a joint venture agreement that fully complies with "https://www.ecfr.gov/current/title-13/section-125.8#p-125.8(b)"paragraph (b) of 13 CFR 125.8;
(2) The parties will perform the contract in compliance with the joint venture agreement and with the performance of work requirements set forth in "https://www.ecfr.gov/current/title-13/section-125.8#p-125.8(c)"paragraph (c) of this section.
PHASE 2: Management and Technical Approach (Non-Price): Twenty-Five (25) page limit (excluding cover sheet). Instructions on when to submit Phase 2 proposal (Volumes 2, 3 and 4 as described herein) will be provided at a later date via an amendment to this solicitation.
PHASE 1 SUBMISSION: Offeror's Factor 1- Experience (Non-Price) Seven (7) Page Limit proposal shall be received by the Government electronically via email address Gretchen.Lovell@fletc.dhs.gov no later than February 4, 2025, 4:00 PM ET. Reference Solicitation No. 70LGLY24RGLB00018 in subject line. The Offeror is responsible to confirm receipt of their proposal.
Phone calls are not permitted. Prospective Offerors are requested to submit clarifications/questions in writing to the Contracting Officer, electronically via email address Gretchen.Lovell@fletc.dhs.gov no later than January 28, 2024 4:00 PM ET. No questions will be accepted after this deadline. Reference Solicitation No. 70LGLY24RGLB00018 in subject line. The Government will not provide any information concerning questions in response to telephone calls from Offerors. The Government reserves the right not to answer any or all Offeror questions. If questions/comments are answered, the Q&A will be issued by solicitation amendment. An amendment to the solicitation may not extend the deadline for proposals.
Note: This requirement is pending SBA acceptance for the 8(a) program.
________________________________________________
See attachment Amendment 0001
_________________________________________________
See attachment Amendment 0002
Posted: Jan. 29, 2025, 4:23 p.m. EST
Posted: Jan. 23, 2025, 4:15 p.m. EST
Background
The Department of Homeland Security (DHS) is seeking proposals for Enterprise Security and Administrative Services for its Federal Law Enforcement Training Centers (FLETC) located in Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland.
This solicitation is issued as a Request for Proposal (RFP) under solicitation number 70LGLY24RGLB00018 and follows procedures as a competitive 8(a) set-aside under the Small Business Administration's 8(a) Business Development Program. The anticipated contract type is a single award, fixed price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract.
Work Details
The contractor will be responsible for providing comprehensive security and administrative services at the specified FLETC locations. Specific tasks include:
1. Conducting security assessments and audits to ensure compliance with federal regulations.
2. Providing administrative support services including but not limited to document management, data entry, and customer service.
3. Implementing security protocols to safeguard sensitive information and personnel.
4. Training staff on security policies and procedures.
5. Collaborating with DHS personnel to enhance overall security measures at training facilities.
Period of Performance
The period of performance will be determined upon award of the contract but is expected to span multiple years based on the ID/IQ contract structure.
Place of Performance
The services will be performed at various locations including Glynco, Georgia; Artesia, New Mexico; Charleston, South Carolina; and Cheltenham, Maryland.