Search Contract Opportunities

Worldwide Protective Services III (WPS III)   2

ID: 19AQMM20R0013 • Type: Presolicitation

Description

Worldwide Protective Services III

SYNOPSIS

The U.S. Department of State (DOS) contemplates this issuance of a multiple award indefinite delivery, indefinite quantity type contracts (IDIQ) to qualified U.S. firms. Contract types for individual task orders will vary in accordance with FAR 16.104.

This IDIQ will satisfy anticipated and unanticipated armed personal protective, static guard and team based emergency response security services requirements worldwide. The IDIQ focuses primarily on DOS requirements in high threat areas. The anticipated period of performance is one year with nine one-year option periods (to be exercised at the sole discretion of the Government). The maximum ceiling amount on this IDIQ contract is expected to be $15 billion dollars. The NAICS code for these services is 561612.

Offeror Minimum Mandatory Requirements

Offeror shall be required to provide contract information substantiating that within the last five (5) years, (and for the minimum duration of at least two (2) years combined within the those five (5) years) offeror has performed contract(s) (Federal, State or Private Sector) as a contractor (prime or sub) outside the U.S. providing all three (3) of the following: (a) armed personal protective, (b) armed guard, and (c) team-based emergency response security services in a high risk, high threat environment outside the United States. In doing so, the offeror shall ensure the following is met:

  1. Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) valued at least $10 million annually; and
  2. Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) where its services were rendered in multiple locations; and
  3. Offeror must have performed at least one (1) security contract (armed personal protective or armed guard or team-based emergency response) where it employed at least 75 personnel providing direct services under the contract.

NOTE: It may be possible that an offeror provide in its proposal package reference to only (1) one contract meeting all requirements stated in paragraph 1 above. An offeror may have performed armed personal protective, armed guard and team-based emergency response security guards in a $10 million annual contract in multiple locations, employing 75 personnel providing direct services in high risk, high threat environments for two (2) years combined within the past five years.

FOREIGN OWNERSHIP, CONTROL OR INFLUENCE (FOCI)

Offeror shall be required to provide evidence that it is a U.S. company without any unmitigated foreign ownership, control or influence (FOCI); if the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service.

If the Offeror is a joint venture (see FAR 9.601), then it must be able to demonstrate that its participants making up the contractor joint venture are all U.S. companies, without any unmitigated foreign ownership, control or influence (FOCI); if the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service.

INTERNATIONAL CODE OF CONDUCT FOR PRIVATE SECURITY SERVICE PROVIDERS' ASSOCIATION (ICOCA)

Offeror shall be required to provide a letter from the ICoCA indicating that the offeror is a member or transitional member in good standing (and not suspended or terminated from the ICoCA). The offeror will be required to confirm in writing compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012. If the offeror is a contractor team arrangement formed to act as the prime contractor (see FAR 9.601) the letter shall indicate that all members of the team are members of the ICoCA, in good standing and confirm compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012.

If the offeror uses subcontractors to provide any security services authorized under the contract, the subcontrators must also be members of the International Code of Conduct for Private Security Service Providers' Association (ICoCA) and in good standing.

TOP SECRET FACILITY CLEARANCE

Firm(s) selected for award, to include Joint Ventures, shall already possess or be able to obtain and maintain a Top Secret Facility clearance within 60 days after contract award and before any performance on a task order issued under the IDIQ contract. Any firms selected for award who do not have the required TS facility clearance will be sponsored for such by the Department of State.

Anticipated Acquisition Schedule

The Department of State plans to post the complete Request for Proposal to www.beta.sam.gov no sooner than fifteen (15) days of this notice; no paper copies will be mailed. Once the solicitation is posted, offerors will have approximately forty-five (45) days to submit a proposal for the IDIQ contract award along with three (3) sample task order proposals. The three (3) sample task orders include: one (1) static guard and emergency response team requirement in Baghdad, and two (2) personal protective security service requirements in Jerusalem and Juba. Offerors who do not submit proposals for the IDIQ and all sample task orders will not be considered by the Government for an IDIQ award.

Under this multiple award IDIQ contract, all offerors receiving IDIQ awards shall submit a proposal in response to all task order requests that it receives from the Office of Acquisitions Management.

Offerors are solely responsible for any and all expenses resulting from this announcement (i.e. travel, lodging, per diem, proposal costs and other miscellaneous expenses, etc.) and are responsible for confirming all dates specified in this synopsis by immediately checking the solicitation when posted on www.beta.sam.gov to see if there are any changes.

A Question and Answer (Q &A) period will start on the day the RFP is posted to www.beta.sam.gov.

Attendance at a pre-proposal conference is MANDATORY. The date and time of the pre-proposal conference will be announced via www.beta.sam.gov with the release of the solicitation. DOS will reject proposals received from Offerors who failed to attend the pre-proposal conference.

Classification Code: R -- Professional administrative and management support services

NAICS Code: 561612 -- Security Guards and Patrol Services

Overview

Response Deadline
April 26, 2020, 5:00 p.m. EDT (original: Feb. 17, 2020, 5:00 p.m. EST) Past Due
Posted
Feb. 6, 2020, 2:53 p.m. EST (updated: March 26, 2020, 10:59 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$29 Million
Pricing
Likely Time & Materials
Est. Level of Competition
Average
Odds of Award
64%
Vehicle Type
Indefinite Delivery Contract
On 2/6/20 DOS Office of Acquisition Management issued Presolicitation 19AQMM20R0013 for Worldwide Protective Services III (WPS III) due 4/26/20. The opportunity was issued full & open with NAICS 561612 and PSC R408.
Primary Contact
Name
James O. Weldon II   Profile
Phone
(571) 345-2413

Secondary Contact

Name
Tama Francis   Profile
Phone
(571) 345-2406

Documents

Posted documents for Presolicitation 19AQMM20R0013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 19AQMM20R0013

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 19AQMM20R0013

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 19AQMM20R0013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 19AQMM20R0013

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
FPDS Organization Code
1900-AQMMA
Source Organization Code
500026360
Last Updated
May 11, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 11, 2020