Description
1. General The Federal Aviation Administration (FAA) Facility Security Team (FST) has a requirement for Security Officer (SO) services in several states throughout the continental United States under the National Security Officer Services (NSOS) Program. These services 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 Proposals (SIR)/(RFP) is for SO Services in the Central Service Area (CSA). A complete listing of facilities included 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 an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) and Labor Hour (LH) Contract Line Items CLIN(s). The period of performance is one base year and four one-year options with SO services anticipated to begin on September 30, 2026. It is the FAA's intention that any new awardee will have an initial two-month transition period from contract award to the start of security officer services. This does not represent a guarantee and the transition period may be greater or less than two months. 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. 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. FAA uses the FAA Acquisition Management System (AMS) contracting regulations, not the Federal Acquisition Regulations (FAR). 4. Set-aside type: Tiered Evaluation Process. See FAA AMS Procurement Guidance T.3.2.2.3.B.7 at https://fast.faa.gov/docs/procurementGuidance/guidanceT3.2.2.3.pdf#nameddest=guidanceT3_2_2_3_B_7 For this procurement the tiered order of precedence in descending order is as follows: Small Businesses Other Than Small Busine Once offers are received, FAA will evaluate a single tier of offers according to the order of precedence specified in the SIR. If no award can be made a…
Classification
Contracting Office
Contacts
Attachments (26)