Skip to main content

An official website of the United States government

You have 2 new alerts

Solicitation - 19AQMM22R0281 - LGP (Lima)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 26, 2023 05:18 pm EST
  • Original Published Date: Dec 27, 2022 12:27 am EST
  • Updated Date Offers Due: Feb 02, 2023 09:00 am EST
  • Original Date Offers Due: Jan 30, 2023 09:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 03, 2023
  • Original Inactive Date: Jan 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    PER

Description

Notice Type:

Solicitation

Synopsis:

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 in Lima, Peru. 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 beta.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 Visits of the U.S. Mission facilities in Lima, Peru will be conducted solely virtual.

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 beta.sam.gov database.

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 beta.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.

RESTRICTED ACCESS

Offerors are requested to provide a completed restricted access request form to be granted access to the solicitation.

Contact Information

Contracting Office Address

  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA

Primary Point of Contact

Secondary Point of Contact





History