Search Contract Opportunities

Worldwide Protective Services III (WPS III)   2

ID: 19AQMM20R0013 • Type: Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: July 1, 2020, 11:56 a.m. EDT

Worldwide Protective Services III

SYNOPSIS

The U.S. Department of State (DOS) contemplates the award of several multiple award indefinite delivery, indefinite quantity type contracts (IDIQ) to qualified U.S. firms. Contract types for individual task orders will vary in accordance with FAR 16.104.

This IDIQ will satisfy anticipated and unanticipated armed personal protective, static guard and team based emergency response security services requirements worldwide. The IDIQ focuses primarily on DOS requirements in high threat overseas locations. The anticipated period of performance is one year with nine one-year option periods (to be exercised at the sole discretion of the Department). The maximum ceiling amount on this IDIQ contract is expected to be $15 billion dollars. The NAICS code for these services is 561612.

Offeror Minimum Mandatory Requirements

Offeror shall be required to provide contract information substantiating that within the last five (5) years, (and for the minimum duration of at least two (2) years combined within the those five (5) years) offeror has performed contract(s) (Federal, State or Private Sector) as a contractor (prime or sub) outside the U.S. providing all three (3) of the following: (a) armed personal protective, (b) armed guard, and (c) team-based emergency response security services in a high risk, high threat environment outside the United States. In doing so, the offeror shall ensure the following is met:

  1. Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) valued at least $10 million annually; and
  2. Offeror must have performed at least one (1) security service contract (armed personal protective or armed guard or team-based emergency response) where its services were rendered in multiple locations; and
  3. Offeror must have performed at least one (1) security contract (armed personal protective or armed guard or team-based emergency response) where it employed at least 75 personnel providing direct services under the contract.

NOTE: It may be possible that an offeror provide in its proposal package reference to only (1) one contract meeting all requirements stated in paragraph 1 above. An offeror may have performed armed personal protective, armed guard and team-based emergency response security guards in a $10 million annual contract in multiple locations, employing 75 personnel providing direct services in high risk, high threat environments for two (2) years combined within the past five years.

FOREIGN OWNERSHIP, CONTROL OR INFLUENCE (FOCI)

Offeror shall be required to provide evidence that it is a U.S. company without any unmitigated foreign ownership, control or influence (FOCI) (see SF328-18). If the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service.

If the Offeror is a joint venture (see FAR 9.601), then it must be able to demonstrate that its participants making up the contractor joint venture are all U.S. companies, without any unmitigated foreign ownership, control or influence (FOCI); if the offeror is under FOCI, the FOCI mitigation must have been approved by Defense Security Service.

INTERNATIONAL CODE OF CONDUCT FOR PRIVATE SECURITY SERVICE PROVIDERS' ASSOCIATION (ICOCA)

Offeror(s) selected for award, to include Joint Ventures, shall be required or be able to obtain a letter from the ICoCA, within 60 days after contract award and before any performance on a task order issued under the IDIQ contract, indicating that the offeror is a member or transitional member in good standing (and not suspended or terminated from the ICoCA). The offeror will be required to confirm in writing compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012. If the offeror is a contractor team arrangement formed to act as the prime contractor (see FAR 9.601) the letter shall indicate that all members of the team are members of the ICoCA, in good standing and confirm compliance with the requirements set forth in the American National Standards Institute (ANSI) standard entitled PSC-1-2012.

If the offeror uses subcontractors to provide any security services authorized under the contract, the subcontractors must also be members of the International Code of Conduct for Private Security Service Providers' Association (ICoCA) and in good standing.

TOP SECRET FACILITY CLEARANCE

Firm(s) selected for award, to include Joint Ventures, shall already possess or be able to obtain and maintain a Top Secret Facility clearance within 60 days after contract award and before any performance on a task order issued under the IDIQ contract. Any firms selected for award who do not have the required TS facility clearance will be sponsored for such by the Department. If, however, the offeror is not able to obtain an interim top secret facility clearance within six-months from the date of award, the Department reserves the right to terminate the contract.

Anticipated Acquisition Schedule

Offerors will have approximately thirty (30) days from the date of the solicitation posting to submit a proposal for the IDIQ contract award along with responses to the sample task order. The sample task order in no way reflects an anticipated true task order solicitation. The sample was developed to evaluate all key areas of performance under the WPS program. Offerors who do not submit proposals for the IDIQ and the sample task order will not be considered by the Department for an IDIQ award.

QUESTIONS AND ANSWERS

A Question and Answer (Q &A) period will begin on the day the solicitation is posted to www.beta.sam.gov. Interested parties may submit question via email only, using Section L, Attachment 3.0 IDIQ - Q&A Submittal for questions regarding the IDIQ. Questions associated with the Sample Task Order must be submitted using Attachment 2.1.7 Baghdad Security QA Submittal Sheet. All questions are to be submitted to WPSIIISolicitation@state.gov . The email subject line should read: WPS III Questions Company Name (provide company name in subject line). Interested parties will be permitted to submit additional questions (in writing) for up to five days after the virtual pre-proposal conference. The government will post answers to questions on www.beta.sam.gov.

Closing Date for Questions is Tuesday, June 16, 5 p.m. EST.

VIRTUAL PRE-PROPOSAL CONFERENCE Additional Details

Pre-Proposal Conference: The Pre-Proposal conference will be conducted on June 11, 2020, 0930-1330 by the U.S. Government launching a MS TEAMS meeting. Each company seeking to bid on WPS III will be limited to five (5)) separate participant logins. Companies must provide the name, title, email address and telephone number for the requested participants via WPSIIISolicitation@state.gov, no later than 12:00PM EST (Noon) June 9, 2020. Those identified e-mail addresses will receive an invitation and supported link to join the meeting. When participants go to join the meeting, they should join as a guest , enter their name and associated company (example: John Smith - Company ABC) exactly as it appears in the email request for invitation. Participants will enter a lobby , and the Department will then join them to the meeting. There will be a 20 minute period of allowing participants to populate the meeting starting at 0930. All participants, except for the host and presenters, must mute their microphones and turn off their video once the conference begins. Participants will be given a wide range of presentations to describe the WPS III contract. If companies have any questions, they may submit them via WPSIIISolicitation@state.gov. For technical complications when joining the TEAMS meeting, companies may contact the conference host, Steve Schotte, schottesp@state.gov or 571-776-7800. If you would like to test your computer capability to join as a guest, please contact the Conference Host, Steve Schotte, schottesp@state.gov, and a test meeting will be conducted on June 3rd and June 9th, from 1000-1100.

RESTRICTED ACCESSS DOCUMENTS Update

Due to the Department's commitment to the safety of the public and continuing efforts to stop the spread of COVID-19, the Department has elected to provide Section J, Attachments 2 and 3 of the IDIQ via Restricted Access on beta.sam.gov. Completion and submission of Section L, Exhibit 4.0 - Restricted Access Request Form, is no longer required.

ELECTRONIC PROPOSAL SUBMISSION

Due to the Department's commitment to the safety of the public and the continuing efforts to stop the spread of COVID-19, the Department has elected to make proposal submissions electronic only. See Section L.9 for revised submission instructions.

ADDITIONAL NOTICES

Offerors are solely responsible for any and all expenses resulting from this announcement (i.e. travel, lodging, per diem, proposal costs and other miscellaneous expenses, etc.) and are responsible for confirming all dates specified in this synopsis by immediately checking the solicitation when posted on www.beta.sam.gov to see if there are any changes.

Posted: July 1, 2020, 11:46 a.m. EDT
Posted: July 1, 2020, 11:33 a.m. EDT
Posted: June 26, 2020, 9:55 a.m. EDT
Posted: June 12, 2020, 4:47 p.m. EDT
Posted: June 10, 2020, 3:44 p.m. EDT
Posted: June 3, 2020, 2:11 p.m. EDT
Posted: June 1, 2020, 4:59 p.m. EDT
Posted: June 1, 2020, 4:52 p.m. EDT
Posted: June 1, 2020, 3:28 p.m. EDT
Posted: May 29, 2020, 10:34 a.m. EDT
Posted: May 29, 2020, 10:26 a.m. EDT
Posted: May 29, 2020, 10:16 a.m. EDT
Posted: May 29, 2020, 10:13 a.m. EDT
Posted: May 21, 2020, 1:14 p.m. EDT
Posted: May 21, 2020, 1:06 p.m. EDT
Posted: May 20, 2020, 3:51 p.m. EDT
Posted: May 19, 2020, 1:30 p.m. EDT

Overview

Response Deadline
July 10, 2020, 12:00 p.m. EDT (original: June 19, 2020, 6:00 p.m. EDT) Past Due
Posted
May 19, 2020, 1:30 p.m. EDT (updated: July 1, 2020, 11:56 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$29 Million
Pricing
Likely Time & Materials
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/19/20 DOS Office of Acquisition Management issued Solicitation 19AQMM20R0013 for Worldwide Protective Services III (WPS III) due 7/10/20. The opportunity was issued full & open with NAICS 561612 and PSC S206.
Primary Contact
Name
James O. Weldon II   Profile
Phone
None

Secondary Contact

Name
Tama Francis   Profile
Phone
None

Documents

Posted documents for Solicitation 19AQMM20R0013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 19AQMM20R0013

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 19AQMM20R0013

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 19AQMM20R0013

Similar Active Opportunities

Open contract opportunities similar to Solicitation 19AQMM20R0013

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
FPDS Organization Code
1900-AQMMA
Source Organization Code
500026360
Last Updated
July 10, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2021