Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

99 -- Security Guard Services for Western CONUS Regional Service Center (WC RSC)

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Other Defense Agencies, Defense Intelligence Agency, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard Post Office Box 46563, Washington, DC, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-06-R-0038
 
Response Due
8/10/2006
 
Archive Date
8/25/2006
 
Description
This notice 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 are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System code is 561612 (formerly SIC code 7381). The offerors shall provide separate pricing for each of the contract line item numbers (CLINs): 0001 - Base Year: Contractor shall provide Security Guard Services in accordance with the Statement of Work entitled Western CONUS Regional Service Center (WC RSC) Office Facility Security, Dated 21 Jul 06. 0001AA - Direct Labor Costs. 0001AB - Other Direct Costs. 0002 - Option Year I: Contractor shall provide Security Guard Services in accordance with the Statement of Work entitled Western CONUS Regional Service Center (WC RSC) Office Facility Security, Dated 21 Jul 06. 0002AA - Direct Labor Costs. 0002AB - Other Direct Costs. STATEMENT OF WORK FOR WESTERN CONUS REGIONAL SERVICE CENTER (WC RSC) OFFICE FACILITY SECURITY, DATED 21 JUL 06 1. (U) PURPOSE. The WC RSC is one of five regional service centers which provide facilities, engineering support, and management services to the Department of Defense Intelligence Information System (DoDIIS) community in support of intelligence collection, analysis, and production efforts for the Department of Defense. 2. (U) BACKGROUND. The WC RSC was located on Peterson Air Force Base in Colorado and because of space constraints, moved its office space off base. A local office complex was chosen and space has been leased and improved to accommodate a Sensitive Compartmented Information Facility (SCIF) environment. DAC2 imposes a requirement that SCIFs which contain Top Secret Sensitive Compartmented Information (TS/SCI) information be manned 24 hours a day with government personnel or unarmed TS/SCI cleared security officers in lieu of locking up all the classified information and disk media. 3. (U) OBJECTIVE. The objective of this requirement is to fund the hiring of a security company to provide 24 X 7 guard services for the facility. 4. (U) SCOPE OF WORK. a. Contractor shall provide facility security protection in support of the WC RSC customer. Contractor shall provide two guards per shift. This effort includes team management and security administrative support. b. Duties shall include control access and entry to the facility, verify badge credentials of employees, visitors, and contractors and issue temporary badge credentials where required; ensure that personnel are escorted when necessary; conduct inspection of materials ensuring that all property entering or leaving the facility is authorized; patrol perimeter periodically (once an hour; on off-hours - staggered times). The contractor is not authorized to carry weapons. c. The contractor shall comply with applicable security procedures to include DoD 5200.1R, Information Security Program Regulation; DoD 5220.22-M, Industrial Security Manual; DCI/D 6/9, Physical Security Standards for Sensitive Compartment Information Facilities; DIAM 50-4, Security of Compartmented Computer Operations; DoD 5105.21-M-1, Policy for Using Communications Equipment in a SCIF. Contractor shall provide on-site copy of policy and procedures for use by security staff and customer management. 5. (U) PERIOD OF PERFORMANCE. The period of performance will be 12 months from the date of award with one-12 month option. Exact dates will be determined at the time of award. Contractor shall commence service within seven days (one week) of award. 6. (U) HOURS OF OPERATION. Contractor shall provide protection coverage 24 hour per day and seven days per week. 7. (U) PERSONNEL. The Contractor shall keep its workforce trained, proficient, and knowledgeable about the Government's stated requirements. The Contracting Officer (CO) may require the Contractor to remove from this contract any contractor personnel for reasons of misconduct, security breaches, or any reason found to be in the best interest of the Government. The Government reserves the right to reject, at any time and without notice, any employee assigned who is either unable or unwilling to perform work within the scope of this contract. The Contractor shall remove the contractor personnel from performing under this contract upon notification by the CO. The removal of personnel from this contract does not relieve the Contractor of the responsibility to provide the specified number of personnel required under this contract. The Contractor shall provide replacements for the removed contractor personnel, with the same level of qualifications within ten (10) working days at no additional cost to the Government. The Contractor shall provide a pool of TS/SCI cleared security guards who are knowledgeable of their duties and properly trained. The Contractor shall provide supervision and scheduling of the security workforce. If changes are necessary, the COR must approve the personnel proposed by the contractor 8. (U) SECURITY REQUIREMENTS. All Contractor personnel assigned to this contract shall possess a Top Secret with Sensitive Compartmented Information (TS/SCI) clearance in accordance with policies established by DIA Counterintelligence Office (DAC) from the first day they are assigned. The contractor shall provide a list of names identifying their proposed personnel. The list shall specify level of clearance and date on which the clearance was granted (critical). The Contractor MUST have a current Top Secret Facility Clearance granted by the Defense Security Service (DSS) (critical). 9. (U) PLACE OF PERFORMANCE. 8610 Explorer Drive, Colorado Springs, Colorado 80920 10. (U) DELIVERABLES AND DELIVERY SCHEDULE. The contractor shall deliver the following items to the local government contracting representative: a. Policy Manual: One paper copy each to the COR and the Contracting Officer upon commencement of the contract b. Work Schedule: One paper copy as determined by the COR c. Incident Report: One paper copy and one soft copy to the COR weekly or as determined by the COR. 11. (U) GOVERNMENT FURNISHED EQUIPMENT: The Government shall provide a desk, chair(s), telephone and computer to assist the contractor in performing the required services. 12. (U) CONTRACTOR FURNISHED EQUIPMENT: The contractor shall provide all communication equipment necessary to perform the required services. 13. (U) INVOICE AND PAYMENTS: The COR for the order will certify payment invoices to Defense Finance Accounting Service unless directed otherwise by the Contracting Officer. The contractor shall supply original receipts to the COR prior to certifying any reimbursement of Other Direct Costs (ODCs). 14. (U) DISCLOSURE OF INFORMATION. Performance under this contract may require the Contractor to access data and information sensitive to a Government agency, another Government contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the Government or others. Contractor personnel, shall not divulge or release information developed or obtained in the course of contract performance, except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor shall not use, disclose or reproduce any sensitive information that bears restrictive legend, other than as specified in this work statement. Any question on the release of information shall be addressed to or reported to the CO or the COR. Contractor personnel will be required to a sign Non-Disclosure Agreement as a condition of employment. FAR PROVISIONS: The provisions at 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2006); 52.212-3, OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (JUN 2006); 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) and 52.233-2 SERVICE OF PROTEST (AUG 1996) are hereby incorporated. Clause 52.212-2, EVALUATION--COMMERCIAL ITEMS applies to this solicitation, specifically the following criteria: 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: Security, past performance and price; with security being more important than past performance. The Government will award to the offeror submitting the best value proposal. The Government will perform a trade-off analysis of non-price factors against price to determine the best value to the Government. Offers that are unrealistically low in total price will be considered indicative of a lack of understanding of the complexity and risk in meeting contract requirements and will not be considered for award. Non-price factors (Security and Past Performance), when combined, are more important than price. Of the non-price factors, security is more important than Past Performance. The importance of price in the evaluation for award will increase as the relative differences in non-price factors of offerors decreases. Offerors must submit a completed copy of the following provisions: FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS-COMMERICAL ITEMS (JUN 2006) ALT I (APR 2002) and DFAR 252.212-7000 OFFERORS REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) with their proposals. All clauses and provisions can be found at the following website: farsite.hill.af.mil. FAR CLAUSES: The clause at 52.212-4, CONTRACT TERMS AND CONDTIONS-COMMERICAL ITEMS is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-4, 52.209-5, 52.209-6, 52.214-34, 52.214-35, 52.219-9 Alt II, 52.219-16 , 52.227-1, 52.227-2, 52.232-1, 52.232-25, 52.233-1, 52.242-13, 52.242-15, 52.245-4, 52.246-16, 52.500-4079, 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.209-7001, 252.209-7004, 252.219-7003, 252.225-7001, 252.225-7002, 252.232-7003, 252.241-7001, 252.243-7001, 252.246-7000. FAR CLAUSE 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.222-41, 52.222-42, 52.222-43. DFAR CLAUSE 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS applies to this acquisition, specifically the following cited clauses: 52.203-3, 252.232-7003, 252.243-7002 The following FAR and DFAR clauses are hereby incorporated by reference: 52.204-7, 52.217-5, 52.224-1, 52.224-2, 52.228-5, 52.232-17, 52.237-3, 52.242-13, 52.242-15, 52-243-1 I, 52-246-4, 52.249-4, 52.249-8, 252.201-7000. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. Questions concerning this solicitation should be addressed to B. Lynda Betancourt, Contract Specialist, Phone (202) 231-8464, Fax (202) 231-6179, Email to brunilda.betancourt@dia. mil. Proposals (original plus three copies) shall be received NLT 1:00 PM Eastern Standard Time on 10 August 2006 or via e-mail (one copy is required) to brunilda.betancourt@dia.mil. FAXED COPIES OF YOUR RESPONSE TO THIS RFQ WILL NOT BE ACCEPTED! Copies must be delivered by the closing date, prior to the time this RFQ is set to close. Any proposal received after the closing of this RFP will be determined non-responsive and will be rejected. It is the Offeror's responsibility to ensure enough time is left to hand deliver proposals. Parking problems, non-access to the base or the DIAC, or lateness will not be acceptable excuses. PLEASE REFER TO PRESOLICITATION NOTICE HHM402-06-R-0038-A FOR UPLOADED COPIES OF CLAUSES IN FULL TEXT (I.E., INSTRUCTION TO OFFERORS AND EVALUATION CRITERIA) AND ATTACHMENTS (DD 254, PAST PERFORMANCE QUESTIONNAIRES, NON-DISCLOSURE STATEMENT AND APPLICABLE WAGE DETERMINATION). Potential offerors are responsible for acknowledging all amendments to this combined synopsis/solicitation.
 
Place of Performance
Address: 8610 Explorer Drive, Colorado Springs, CO
Zip Code: 80920
Country: UNITED STATES
 
Record
SN01095527-W 20060723/060721222106 (fbodaily.com)
 
Source
FedBizOpps 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.