Skip to main content

An official website of the United States government

You have 2 new alerts

Amendment 0001: National Security Officer Services Program –Western Service Area

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 24, 2022 03:04 pm EST
  • Original Published Date: Jan 03, 2022 01:33 pm EST
  • Updated Date Offers Due: Feb 16, 2022 05:00 pm EST
  • Original Date Offers Due: Feb 16, 2022 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 03, 2022
  • Original Inactive Date: Mar 03, 2022
  • Initiative:
    • None

Classification

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

Description

The purpose of this amendment is to provide changes to Sections C,I,J,L and M and respond to offeror's questions. Refer to Summary of Changes in Section A Amendment 0001 and the revised Sections.

--------------------------------------------------------------------------------------------------------------

The Federal Aviation Administration (FAA) Facility Security Team has a requirement for security officer services throughout the continental United States, Alaska, Hawaii, and Guam under the National Security Officer Services (NSOS) Program.  These services are being procured in order to provide physical security safeguards for FAA employees, facilities, and United States Government property and assets from loss, theft, damage, unauthorized use, criminal acts, espionage, sabotage, and terrorism.

This Screening Information Request/Request For Offer (SIR)/(RFO) is for Security Officer (SO) Services in the Western Service Area (WSA). A complete listing of included facilities can be found in the attached SIR documents.

The Contractor must furnish all labor, supervision, materials, equipment, transportation, training, and management necessary to provide SO services in accordance with the stated requirements. The Contractor must implement all necessary scheduling and personnel and equipment control procedures to ensure timely accomplishment of all SO service requirements.

2.  Contract Type and Period of Performance

The resulting award will be Firm Fixed Price Indefinite Delivery Indefinite Quantity (FFP IDIQ) with four Time and Material (T&M) Contract Line Item (CLINs), one Cost Reimbursable (CR) CLIN, and one Not to Exceed (NTE) CLIN. The period of performance is one base year and four one-year options with security officer services anticipated to begin on September 30, 2022. It is the FAA’s intention that any new awardee will have an initial three-month transition period prior to the start of security officer services. 

3.  Nature of Competition

This acquisition will involve the use of streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the FAA Acquisition Management System (AMS). The principle North American Industry Classification System (NAICS) code for this effort is 561612 - Security Guards and Patrol Services.

Adequate competition exists when two or more responsible Offerors, competing independently, submit priced offers that satisfy the Government’s expressed requirement.

Each Offeror may propose as a prime contractor for only one FAA Service Area (NESA, SESA, CSA, WSA), but have the ability to pursue subcontracting opportunities on other Service Area awards without restriction. The FAA will not recognize proposals as a prime contractor for multiple Service Areas.

All responses to this SIR must follow all submission instructions found in the attached SIR documents. The FAA will not pay any costs incurred in the preparation or submission of any response to this solicitation. 

4. Address, Time and Date for Submission of Proposals

(a) Proposals must be received by the FAA on February 16, 2022 no later than 5:00 pm Eastern Time, and be sent to Contracting Officer Keri Henderson at keri.henderson@faa.gov.

(b) Offerors must request receipts for proposals if one is desired. All Amendments issued, if any, must be signed and submitted with the Offeror’s proposal.  

(c) Offerors assume full responsibility of ensuring that proposals are received by the date and time specified above. Any proposals received after the date or time listed above will not be considered for award.

5. Questions

Questions pertaining to this SIR must be submitted in written form via email to Contracting Officer Keri Henderson at keri.henderson@faa.gov no later than January 14, 2022 at 5:00 p.m. Eastern Time. Questions and responses that clarify the SIR will be provided to all Offerors; however the source of the questions will not be shared. The FAA plans to publish responses to questions no later than January 28, 2022.

Contact Information

Contracting Office Address

  • AAQ-30, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
  • WASHINGTON , DC 20591
  • USA

Primary Point of Contact

Secondary Point of Contact





History