Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2004 FBO #1053
SOURCES SOUGHT

S -- REMOTE POST GUARD SERVICES

Notice Date
10/12/2004
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677
 
ZIP Code
92677
 
Solicitation Number
Reference-Number-ACL-5-RFI-0002
 
Response Due
10/21/2004
 
Archive Date
11/15/2004
 
Description
This Request for Information is for planning purposes only. THIS IS NOT A NOTICE OF SOLICIATION ISSUANCE. The Department of Homeland Security (DHS), Immigration & Customs Enforcement (ICE) anticipates the issuance of a solicitation to provide Detention Officer Services at various sites in the Southern California area. The anticipated start of performance is February 1, 2005. The NAICS code is 561612 and the business size classification is $10.5 million. The requirement is for a base period (12 months) and four one-year option periods. Detention Officers are to provide both permanently identified post manning as well as a ?Per call and as needed? armed and unarmed Detention Officers. Per call Detention Officers shall respond within two hours of telephone notification. Detention Officers are subject to satisfactory security clearances. Services include oversight of alien detainees in the custody of Detention & Removal Operations (DRO) to include: adult and family groups in either a holding cell in the detention area, a hospital facility (either as an in-patient or out-patient) or lodged at a Government contracted hotel. Detention services also include escorting the detainee to medical appointments, court appearances and asylum interviews. Also to provide courtroom inspection of visitor property, monitor CCTV room, fingerprinting, taking detainee intake photos, serving meals to the detainees, monitoring hold room cells and supervising detainee-cleaning crews. Contractor is responsible for secure custody of all DRO detainees from the time the detainees are accepted for custody until an authorized Government official properly removes them from custody. Adequate secure custody of detainees requires physical control of detainees at all times. Services are required 24/7. DHS is interested in determining whether any 8(a) vendors are capable of meeting the requirements. However, all interested parties are encouraged to reply. Contractors should submit geographical areas where they can provide detention services. The current requirement is for Detention Officers in the Los Angeles, San Diego, and El Centro areas. Contractor must show ability, detention experience, and qualifications statement to include: start-up time and past performance. DHS requests Contractor present documentation of guarding detainees of Department of Homeland Security. DOCUMENTATION OF EXPERIENCE AND PAST PERFORMANCE GUARDING BUILDINGS OR PROVIDING SECURITY THAT DOES NOT INCLUDE DETENTION AND TRANSPORTATION OF DETAINEES DOES NOT FULFILL THIS REQUIREMENT. The contract will consist of a firm fixed price labor hour contract for permanent post duties and an ID/IQ labor/hour element for per call assignments. The estimated annual labor hours for the Los Angeles area are approximately 38,892 hours. The estimated annual labor hours for the San Diego area are approximately 34,440 hours. The estimated annual labor hours for the El Centro area are approximately 3,360 hours. In addition to the above requested information, contractors interested and capable of performing these functions should submit the following: 1) contract references relevant to the requirement, detailing the contractor?s ability to provide the services referenced above, to include contract number, agency supported, whether you were prime or subcontractor, period of performance, original contract value, POC with current phone number/fax number, and a brief description of effort 2) Name and address of your company, company point of contact, current telephone/fax number and email address, business size, any special small business designation (8(a), Hubzone and business capability statement. Responses are due no later than 21 October 2004. Electronic responses are preferred. Submitted documentation, upon delivery, becomes the property of the U.S. Government. Submissions will not be returned. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT NOR WILL THE GOVERNMENT PAY FOR THE INFORMATION SOLICITED. This is a marketing tool to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of a request for proposal. Submissions will not be returned. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Any questions regarding this announcement should be directed to Linda Grimm at (949) 360-3180 or Linda.Grimm@dhs.gov.
 
Place of Performance
Address: El Centro, CA, Los Angeles, CA, San Diego, CA,
 
Record
SN00692610-W 20041014/041012211513 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.