Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2002 FBO #0052
MODIFICATION

S -- Guard Services for the Fairbanks Command and Data Acquisition Station, Fairbanks, AK

Notice Date
1/18/2002
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
52ABNE200038
 
Response Due
2/12/2002
 
Archive Date
4/1/2002
 
Point of Contact
Paul Reed, Contract Specialist, Phone (206) 526-6034, Fax (206) 526-6025,
 
E-Mail Address
paul.j.reed@noaa.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 52ABNE200038 is issued as an Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This procurement action is full and open. The associated North American Industrial Classification System code is 561612 A firm is a small business for the purpose of this requirement if it size standard is $9 million. A. Introduction ? The Fairbanks Command and Data Acquisition Station (FCDAS), 1300 Eisele Rd, Fairbanks, AK has a requirement for guard services for a base contract period of six months (January 4, 2002 through September 30, 2002) with four one year option periods as stated in this solicitation. The FCDAS is located at 13.5 mile Steese Highway on 8500 acres of federally owned land withdrawn from public use. PURPOSE: To respond to increasing levels of trespassing, site misuse, vandalism and effectively respond to heightened potential for acts of violence. OBJECTIVE: Provide security to the FCDAS employees, property and buildings, and to respond to security risks. WORK DESCRIPTION: The contractor shall provide trained, licensed security guard services for the FCDAS and surrounding U.S. Government owned acreage in accordance with all specifications contained herein. The FCDAS consists of approximately 8,500 acres, six buildings, several outbuildings, and houses 50 employees. HOURS OF OPERATION: The hours of performance may vary, depending on requirements and activities. All shifts will be manned with two guards. The basic hours/shifts of operations are: 0800 - 1600, 1600 - 2400, 2400 - 0800. Hours of shifts may be modified as long as 24x7 coverage is provided. Scheduling: Security guards shall be in uniform ready to begin work promptly at the start of their shift. The security guards shall remain on duty and in full uniform until relieved. Under no circumstances shall the FCDAS be unmanned during the performance period. BREAKS: Security guards shall remain on site for the duration of the tour. Kitchen facilities are provided for use by the guards for breaks, lunch, etc. SUITABILITY/RISK ASSESSMENT PROCESSING REQUIREMENTS: This contract requires that the contractor's employees who will work on the premises of the FCDAS shall be required to undergo specific suitability assessment processing. The contractor shall pre-screen their employees to eliminate anyone who does not meet the following criteria: prospective employee must be a U.S. citizen, or if a non-U.S. citizen, have official legal status in the U.S. and have continuously resided in the U.S. for the last five years. The contractor shall immediately remove any employee from any work requiring access to the FCDAS buildings or facilities if directed to do so by the Contracting Officer. Failure to comply with the suitability processing requirements may result in termination for default. SECURITY GUARD QUALIFICATIONS: Minimum qualifications: Must be a U.S. citizen; be 21 years of age or older. While there is no maximum age of a guard, he/she must be able to withstand the physical demands of the job and be capable of responding to emergency situations. Contractor shall certify that their guards have: (1) no physical limitations that would hamper them in the performance of duties; (2) freedom from serious illness or communicable disease; (3) Hearing within normal speech range and volume, unimpaired use of hands, arms, legs and feet, and ability to run, lift, and climb stairs; (4) mental alertness and emotional stability. Guards must be able to speak fluently, read and write the English language under stress. Possess a valid Alaska State Driver's License. EXPERIENCE: Each individual security guard shall have a minimum of twelve (12) months of satisfactory security experience. Satisfactory experience may include security related service for Government agencies or commercial facilities. This includes: shopping centers, parking areas, industrial facilities, port facilities, city/county facilities, housing developments, and office buildings. Individuals shall be able to demonstrate the following: (1) Alertness and mature judgment; (2) Reliability and dependability, (3) Tactfulness and self control, (4) Ability to observe, recall and report, (5) Ability to retain composure and perform under pressure, and to know when to call for assistance, (6) Ability to meet and deal effectively with the general public and with visiting dignitaries, (7) Ability to give instructions clearly and concisely, firmly but diplomatically. TRAINING: All individuals utilized under the contract must have recent (within the last 24 months) training in crowd, vehicle and parking control. The Contracting Officer may waive training requirements when an unusual, immediate shortage of regularly assigned, fully qualified, security guards exists because of a need for emergency services. SECURITY REQUIREMENTS: Background Checks - The contractor shall be responsible for checking personnel background to ensure suitability for performing security guard services. Standards of Conduct - The Government shall exercise full and complete control over granting, denying, withholding, or terminating work clearance for security personnel. The Government may request the contractor to immediately remove any security employee from the facility, should it be determined that the individual(s) are unqualified or unsuitable to perform security guard services, or found to be unfit for performing guard duties during their shift periods. The contractor shall immediately comply with this requirement. KEY PERSONNEL: The contractor must propose an on-site supervisor to work the weekday, daytime shift. The proposed supervisor must have at least five years of guard experience including at least one year of supervisory experience. All prospective security guards must have at least one full year of guard experience. Resumes with references are required for all prospective security guards, listing job experience for the last five years including: employer names, addresses and phone numbers, and training/education. During each shift (three per day, seven days per week), at least one of the security guards on duty must be First-Response certified. It is desirable for both guards during the day sift to be First Response-certified. PAST PERFORMANCE: The offeror will be evaluated based on past performance, including guard services rendered under at least three similar contracts in the last two years. SCHEDULING/CONTINGENCY: The contractor must demonstrate that they have the ability to staff the station with qualified guards 24 hours a day, seven days a week, 365 days a year. A list of backup guards with resumes will be evaluated. Ability to respond within one hour of notification of an onsite problem must be demonstrated. APPEARANCE: Uniform - All security guards shall wear the same color and style or type of uniform, cap, accessories and equipment. All uniforms worn shall be neat and clean. The color of the uniforms shall be similar to those in general use by most guard or police organizations in the U.S. The uniform shall display shoulder patches or lettering to indicate the identity of the security firm. Identification badges and cap ornaments must be part of the uniform. Jackets worn over uniforms shall bear a security badge or patch identifying the security firm. Each guard on duty shall be equipped with supplementary equipment including, but not limited to, notebook, pen, pencils, flashlights, replacement flashlight batteries and bulbs, traffic control safety apparel (reflective vests, gloves, traffic batons, etc.) and inclement weather clothing (raincoats, cap covers, overcoats, mittens, etc.) as appropriate to operations. Security guards shall have in their possession an employee identification card at all times while on duty at the FCDAS. EQUIPMENT: All property furnished by the Government under contract shall remain the property of the Government. Upon termination of the contract the contractor shall render an accounting of all such property which has come into his possession under this contract. Any property furnished by the Government to fulfill contract requirements which is lost or damaged, resulting from improper use or negligence by the contractor's employees, shall be repaired or replaced by the Government and the cost of such repairs or replacement shall be deducted from the contractor's invoice. The contractor shall take all reasonable precautions, as directed by the Government, or in the absence of such direction, in accordance with sound industrial practices, to safeguard and protect Government property. Use of Government property (to include telephones and computers) shall be used for official Government business only in the performance of this contract. Government property will not be used in any manner for any personal advantage, business gain, or other personal endeavor by the contractor or the contractor's employees. Communications equipment - The Government shall furnish a telephone, two-way radio and a personal computer for guard use. No other communication equipment will be provided by the Government. The equipment shall be used in accordance with the agencies policies and rules and appropriate FCC regulations. Radio interference with NOAA operations is prohibited. The Government will furnish a marked vehicle for guard's use for making required roving patrols. Flashlights, handcuffs, and nightsticks may be carried by the security guards at the discretion of the contractor. Should the contractor choose this option, the equipment shall be furnished by the contractor. GOVERNMENT PROPERTY AND PERSONAL PROPERTY: The contractor is responsible for ensuring that his employees do not disturb papers on desks, open desk drawers, or cabinets, use private or personal property belonging to Government employees, or use Government telephones or computers for private use. Government computers and the federal telephone system are monitored and misuse of this equipment may result in removal of the employee and/or filing of legal charges against the individual and the contractor. SIGN-IN: Each security guard must sign-in when reporting for duty and sign-out at the end of their shift. The sign-in security log is located in the Security Guard office. The security log shall contain Date, Name, Signature, Time In, and Time Out for each shift. This security log serves as a time sheet. Failure to Sign In/Sign Out could result in non-payment of services rendered. SECURITY GUARD DUTIES: The FCDAS is staffed 24 hours a day, seven days a week. There shall be a guard posted at the main gate guard house and a guard on roving patrol. Guards will observe and report any suspicious activities which might occur while patrolling the site. It is of paramount importance that all guard personnel exhibit a professional appearance and maintain a positive and professional attitude while performing their assigned duties at the FCDAS. Roving Guard - The security guards shall conduct non-scheduled patrols throughout the FCDAS facility. The security guards shall make a complete tour of the premises and ensure that all gates, parking areas and buildings are secured, and fences are not damaged. Patrol of the areas shall be conducted a minimum of five (5) times during an eight (8) hour shift. Patrol frequencies may be increased if it becomes necessary. Patrol times and routes shall be varied to avoid setting a routine pattern. As a minimum the security guards shall be required to perform the following: Incident Reporting - Security guards shall take immediate action and report all incidents to the appropriate authorities. Detailed incident reports will be required for each security violation (example - trespassers, building damage, etc.) Unauthorized persons discovered on the campus shall be asked to leave the premises. Unauthorized vehicles shall be monitored and an incident report shall be made describing such vehicles. Security guards are advised not to coerce, apprehend, or detain persons unless life or Government property are in danger. The Government will not be held liable for actions taken by individual guards. MISCELLANEOUS RESPONSIBILITIES/ADDITIONAL REQUIREMENTS: Security guards shall perform various tasks as part of their regular duties. Duties include, but are not limited to the following: assisting employees and private individuals as appropriate; direct traffic (vehicle and pedestrian); observe visitors for compliance with posted rules and regulations. Take immediate corrective action for violations, detain suspects only if life or Government property are in danger, and initiate or assist in preliminary investigations and reporting procedures; discover and detain persons attempting to gain unauthorized access to the property through independent aggressive patrol; report daily potentially hazardous conditions and items in need of repair, including inoperative lights and compile necessary reports; obtain professional assistance in the event of injury or illness to employees or others while in the building or on the grounds. Properly assist medical and law enforcement personnel as necessary; prepare required reports on accidents, fires, bomb threats, unusual incidents, and unlawful acts and provide these reports to the Station Manager; perform such other functions as may be necessary in the event of situations or occurrences such as civil disturbances, attempts to commit sabotage, or other criminal acts adversely affecting the security and/or safety of the Government, its employees, property, and the general public lawfully in buildings or on the grounds under the control of the Government and assist and/or supplement law enforcement personnel during such situations. The contractor shall perform other security duties which are compatible with the preceding specified services (including schedules and level of effort) as directed by special order and/or verbal instructions. Additional services beyond the scope of the specifications will require modification to the contract. These services may include additional guards and/or additional hours. In order to authorize additional services, a contract modification signed by the Contracting Officer will be executed. EMERGENCY INSTRUCTIONS: In case of an emergency involving the facility, the contractor shall notify the Manager Shift Operations (MSO) and the Alaska State Troopers. In case of fire, the contractor shall first call 911, then the MSO or other emergency personnel. He/she shall give the exact location and nature of the fire and open necessary gates for fire equipment. In case of acts of violence, violations of law or hazardous situations not covered by these instructions, the contractor shall notify the Alaska State Troopers by calling 911. TOTAL REQUIREMENT: The estimated level of effort for this requirement is 8,700 hours for the base period. INSURANCE COVERAGE: The contractor, at the contractor's expense, agrees to provide and maintain, during the continuance of this contract, the following types of insurance coverage in the amounts indicated: (a) Worker's Compensation and other legally required insurance with respect to the Contractor's own employees and agents. Employer's liability coverage of at least $100,000 shall be required, except in states with the exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. The contractor shall have bodily injury liability insurance coverage written on the comprehensive form of the policy of at least $500,000 per occurrence. (c) Automobile Liability. The contractor shall have automobile liability insurance written on the comprehensive form of the policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplies by the number of seats or passengers, whichever is greater. AWARD: Award will be made to the lowest priced, technically acceptable offer. In order to be considered technically acceptable, the offeror must conform to all the above stated requirements. Offers which are not considered technically acceptable shall not be considered for award. As per FAR 52.222-41, Service Contract Act of 1965, the contract resulting from this solicitation is subject to the Service Contract Act and corresponding Department of Labor Wage Determination. The applicable DOL Wage Determination governing the contract resulting from this solicitation is 1994-2018, Revision No. 21 and is available upon request. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10U.S.C. 2402), 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14,Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act- Supplies(41 U.S.C.10) and 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program(41 U.S.C. 10,19 U.S.C.2501-2582) . Proposals may be faxed to (206) 527-7755, or mailed to U.S. Dept. of Commerce, NOAA, WASC, AMD, 7600 Sand Point Way NE, Seattle, WA 98115 Attention: Paul Reed, or sent by email to Paul.J.Reed@NOAA.GOV. E-mailed proposals shall be readable by WordPerfect. Offerors which email proposals, shall fax or deliver a hard copy of a statement with an original signature, of their intentions to be bound by the email proposal. Deadline for receipt of proposals and statements accompanying email proposals is 2:00 p.m. PST on February12, 2002. Late, or incomplete proposals will not be considered. Referenced FAR clauses can be found at http://www/arnet.gov/far/ The closing date/time for the above referenced solicitation is 2/12/02 at 2PM Seattle time. Solicitation No. 51ABNE200038 is issued as a Request for Proposals. The Government intends to award to the lowest cost, technically acceptable offeror. All proposed security guards must attain security guard licensing through the Alaska State Troopers. Security guard agencies must attain a license to operate as such through the State of Alaska.
 
Record
SN20020123/00016455-020122123404 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.