Protective Security Officer (PSO) Services in Maryland
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159930637698699 |
Posted Date: | May 16, 2023 |
Due Date: | |
Solicitation No: | 70RFP223DEC000008 |
Source: | https://sam.gov/opp/c5a6bdff46... |
- Contract Award Date: May 15, 2023
- Contract Award Number: 70RFP223DEC000008
- Task/Delivery Order Number:
- Contractor Awarded Unique Entity ID: JAQNMK1AMJT1
- Contractor Awarded Name: BRADLEY TECHNOLOGIES INC
- Contractor Awarded Address: Rockville , MD 20852-1631 USA
- Base and All Options Value (Total Contract Value): $40,752,700.00
- Contract Opportunity Type: Award Notice (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: May 16, 2023 11:05 am EDT
- Inactive Policy: 15 days after contract award date
- Original Inactive Date: May 30, 2023
-
Initiative:
- None
- Original Set Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: S206 - HOUSEKEEPING- GUARD
-
NAICS Code:
- 561612 - Security Guards and Patrol Services
-
Place of Performance:
Silver Spring , MDUSA
The Department of Homeland Security (DHS), Office of Procurement Operations (OPO), Federal Protective Service Acquisition Division (FPSAD), under a Women-Owned Small Business (WOSB) set-aside, has procured armed Protective Security Officer (PSO) services at four (4) locations in Maryland. The armed PSOs will protect federal personnel and property at federally owned and leased buildings. The Contractor shall provide all labor, material, management, supervision, training, licenses, and permits to provide the services in accordance with the Statement of Work (SOW). The Period of Performance is for a five-year ordering period. The contract was issued as an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract as defined in FAR 16.504, with fixed price provisions. This acquisition was solicited as a commercial service acquisition in accordance with FAR Part 12/15 as a 100% Women-Owned Small Business Small Business (WOSB) set-aside. Firm fixed price task orders will be issued. The source selection process utilized for this acquisition was best value/trade-off. The technical, non-price factor used was Relevant Past Performance. The non-price factor of relevant past performance was considered more important than price. Estimated total hours under this contract are 710,000 for the 5-year period. The submission requirements and evaluation criteria were defined in the solicitation. The North American Industry Classification System (NAICS) code is 561612 with size standard is $29 million. The Contractor is required to be registered with System for Award Management (SAM) at http://www.sam.gov.
- 701 MARKET STREET, SUITE 3200
- PHILADELPHIA , PA 19106
- USA
- Josh Clemens
- Josh.B.Clemens@fps.dhs.gov
- Frank Borelli
- frank.borelli@fps.dhs.gov
- May 16, 2023 11:05 am EDTAward Notice (Original)
- Apr 25, 2023 10:16 am EDT Solicitation (Updated)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.