Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

R -- Security Guard services for the Fort Bliss,Texas area.

Notice Date
7/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
DABK05-03-R-0024
 
Response Due
7/15/2003
 
Archive Date
9/13/2003
 
Point of Contact
Melitona Segura, (915) 568-1040
 
E-Mail Address
Email your questions to ACA, Fort Bliss
(seguram@bliss.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. No drawings, specifications, or schematics are available from this agency. Upon request, a Performance Work Statement (PWS) and DOL Wage Determination #94-2511 Rev (22), dated 05/30/2003 w ill be provided to interested offerors. Provisions and clauses in effect through FAC 2001-13 are incorporated and made a part of this RFP. The solicitation number is DABK05-03-R-0024. The performance period will be for twelve (12) months plus one, one ( 1) year option period and one, five (5) month option period. The Request for Proposal may result in a firm fixed price requirements contract. The small business size standard for NAICS Code 561612 is $10.5 million. This RFP is 100% set-aside for Small B usinesses. Proposals are due by 15 July 2003, 12:00 a.m. The Directorate of Contracting, Fort Bliss, Texas is soliciting proposals to provide all labor, equipment, tools, materials, supervision and services necessary to provide security guard services at Fort Bliss, Texas. Performance period will start at the t ime of award and end twelve (12) months later. Base Period: CLIN 0001 Provide Security Guard Services in accordance with the PWS, this CLIN is info only (See SUBCLINS for pricing). SUBCLIN 0001AA Security Guards, an estimated 204 each to be divided into four shifts, 24 hours a day, seven days a week for an estimated 446,760 hours, quantity = 446,760; unit = hours. SUBCLIN 0001AB Supervisors (Guard Captains) one per shift, for an estimated 8,760 hours, quantity = 8,760; unit = hours. Award of contract is subject to availability of funds. There will be two option periods. Exercising of option periods will be subject to availability of funds. Option Period I performance period is for one year after expiration of Base Period . CLIN 0101, SUB CLINS 010 1AA-0101AB Description is the same as CLIN 0001, SUB CLINS 0001AA-0001AB. CLIN 0101AA quantity = 446,760; unit = hours. CLIN 0101AB quantity = 8,760; unit = hour. Option Period II performance period is for five (5) months after expiration of Option Peri od I. CLIN 0201, SUB CLINS 0201AA-0201AB. Description is the same as CLIN 0001, SUB CLINS 0001AA-0001AB. CLIN 0201AA quantity = 187,272; unit = hours. CLIN 0201AB quantity = 3,672; unit = hour. The quantities stated for all SUBCLINS for the Base Period and Option Period I and II are estimates only and actual quantities awarded may differ. Total Price for evaluation purposes is determined by adding the total price of all SUBCLINS. Offeror's prop osals shall be valid for a minimum of 120 days to be acknowledged in the offeror's proposal. Security Guards shall be fully trained and qualified personnel to accomplish all work as identified in the PWS. All Contractor personnel shall be employees of the Contractor at all times and not employees of the US Government. Except for extreme emergenc y conditions, the maximum number of hours that operational personnel may work on a post is eight hours within a 24-hour period. For purposes of this paragraph, all personnel are considered operational personnel except the Chief of Guards and Captain of Gu ards. Contractor personnel qualifications are as follows: Shall be a US citizen; have a valid state driver's license; able to pass the medical, physical, and reliability requirements as required in the PWS; shall have undergone the security screening processes as required in the PWS with satisfactory results, and all standards of the Individual Reliability Program defined in Chapter 3 of AR 190-56; will be given a written test on all materials covered in training prior to assignment of duty and semi-annually the reafter and required to pass 75% of each test; sh all have satisfactorily completed initial pre-assignment training; Shall be a high school graduate or earned GED; Able to speak, read and write English. Additionally, personal background qualities such as good conduct, good character, integrity, dependabi lity, and good mental/physical fitness are essential. In addition to employment security screening procedures, all employees performing contract guard functions shall have been a subject of a favorably completed National Agency Check and Inquiry (NACI). The contractor shall provide a project manager, referred to as the Chief of Guards. This individual shall be responsible for the overall management and coordination of the contract and shall act as the central point of contact with the Government. This i ndividual shall have had administrative and supervisory experience in security or law enforcement. The nature and extent of this experience shall be such that the individual is familiar with and capable of effectively managing a complex security operation of the type described in the PWS. Supervisory experience shall include civilian police force, military police force, or civilian security guard experience. The Chief of Guards shall supervise all personnel required to perform the security guard services as stated in the PWS. He/she shall at all times be responsible to the Contracting Officer for the operational functions and duties required in the performance of the contract. In the absence of the Chief of Guards, an Acting Chief of Guards will be appo inted to act on all matters in his/her behalf. Both individuals shall have a secret clearance. A Captain of Guards shall be designated for each shift in which Contractor personnel are assigned. The Captain of the Guards shall be responsible to the Chief of Guards for the conduct, performance, appearance, training, and scheduling of all individuals employed. The Captain of Guards shall supervise all personnel required to perform the security guard services as stated in the PWS. This individual shall have a secret clearance. The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); 52.212-3, Offeror Representations and Certification-Commercial Items must be completed and submitted with the proposa l; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002) are incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001) applies to t his RFP and the following clauses cited in the clause apply: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award (31 U.S.C. 3553); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d) (2) and (3)), 52.219-9 Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)); 52-219-14, Limitation on Sub-contracting (15 U.S.C. 637 (a) (14)); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Di sabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36. Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Er a, and other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724 , 13059, 13067, 13121, and 13129); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41, Service Contract Act of 1965, as Amended (41U.S.C. 351, et seq.); 52.222-43 Fair Labor Standards Act and Service Contract A ct-Price Adjustment (Multiple Year and Option Contracts) (MAY 1989); 52.223-6 Drug Free Workplace (MAY 2001);52.216-27, Single or Multiple Awards (Oct 1995); 52.217-05 Evaluation of Options (Jul 1990); Vehicle Registration. The following clauses with fill-ins where applicale apply and are available in full text upon request: 52.209-5, Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility Matters (DEC 2001); 52.209-6 Protecting the Govern ment's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995); 52.216.8, Ordering (Oct 1995); 52.216-19, Order Limitations (Oct 1995); 52.216-21 Requirements (Oct 1995); 52.217-08 Option to Extend Services ( Nov 1999); 52.217-09 Option to Extend the Term of the Contract (Mar 2000); 52-215-2, Audit and Records Negotiation (June 1999); 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (OCT 1997); 52-215-21 Requiremen ts for Cost or Pricing Data or Information Other Than Cost or Pricing Data-Modifications (OCT 1997); 52.203-2 Certificate of Independent Price Determination (APR 1985); 52.224-1, Privacy Act Notification (APR 1984); 52.224-2, Privacy Act (APR 1984); 52.228 -5, Insurance-Work on a Government Installation (JAN 1997); 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a); 52.246-20 Warranty of Services (MAY 2001); 52.244-2 SubContracts (AUG 1998); 52.237-1 Site Visit (APR 1984). The following DFAR Clauses apply: 252.201-7000, Contracting Officers' Representative (DEC 1991); 252.203-7001 Prohibition on Persons Convicted of Fraud or other Defense Related Felonies (MAR 1999); 252.203-7002 Display of DOD HotLine Poster (MAR 1999); 25 2.204-7000 Disclosure of Information (DEC 1991); 252.223-7002 Safety Precautions for Ammunition and Explosives (MAY 1994); Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2) Offerors must submit a unit price and total amount based on the unit of issue and a total quantity of each for all line items/subline items includ ing the base period and option years; 3) Offerors must be able to meet the required delivery schedule, and have a satisfactory record of past performance. Mail proposals to Directorate of Contracting, Attn: Carol Mack, 2021 Club Road, Fort Bliss, Texas 7 9916 or FAX to (915) 568-0836. Copies of FAR clauses / provisions may be accessed via the Internet at www.arnet.gov. 52.212-2 Evaluation??????Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Ability to meet specifications to include personnel qualifications and experience; 2. Past Performance. The Offeror must submit contract information and at least three (3) references for similar work performed in the past. 3. Price. Ability to meet specifications and past performance is approximately equal to the price. (b) A written notice of award or acceptance of an offer, mailed or otherwise Furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer??????s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Contractors who meet the specification and have a fair and reasonable price will be considered for award.
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00361489-W 20030703/030701213710 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.