Skip to main content

An official website of the United States government

You have 2 new alerts

Local Guard Services - U.S. Embassy in Zambia

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: Dec 05, 2023 01:16 pm EST
  • Original Published Date: Dec 04, 2023 07:15 pm EST
  • Updated Date Offers Due: Feb 08, 2024 04:00 pm EST
  • Original Date Offers Due: Feb 08, 2024 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 23, 2024
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None

Classification

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

Description

The U.S. Department of State (DOS) has a requirement for a qualified Contractor to provide Local Guard Services to support the U.S. Embassy in Lusaka, Zambia.  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.

RESTRICTED DISTRIBUTION AGREEMENT:
Vendors will need to request access to the documents via SAM's Explicit Access Request and complete the Restricted Access Request form and submit to the Contracting Officer via email.  By requesting access, the vendor is adhering to the following:

Distribution authorized to legitimate bidders only, contains technical or operation information.

THESE RESTRICTED ACCESS DOCUMENTS MAY NOT BE DUPLICATED NOR IS ANY SECONDARY DISTRIBUTION OF DOCUMENTS AUTHORIZED.

DATA SHALL BE KEPT IN A LOCKED DESK, LOCKED FILING CABINET, OR LOCKED ROOM WHEN NOT IN USE. UPON TERMINATION OF USE, THE HARDCOPY PRINTS AND ANY ELECTRONIC MEDIA SHALL BE DESTROYED BY SHREDDING THE PRINTS AND FORMATTING THE ELECTRONIC MEDIA. UPON TERMINATION OF USE, ALL MEDIA SHALL BE REMOVED FROM ANY COMPUTERS.

OFFERORS REQUESTING ACCESS SHALL NOT COPY, SCAN OR POST ANY PART OF THESE BIDDING DOCUMENTS ON THE INTERNET.

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 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.

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. All offerors (to include Joint Venture entities) MUST be registered in SAM.Gov at the time of proposal submission and prior to award.  

12/05/2023: Solicitation posting updated to provide a corrected Q&A spreadsheet (v2)

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