Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

99 -- Mail Center Security Review

Notice Date
12/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561431 — Private Mail Centers
 
Contracting Office
General Services Administration, Office of the Administrator (A), Office of the Chief of Staff, 1800 F Streets, N. W, B-035, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GSV0009PDQ0019
 
Response Due
1/30/2009
 
Archive Date
2/6/2009
 
Point of Contact
Daryl Hawkins,,
 
E-Mail Address
daryl.hawkins@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
GENERAL SERVICES ADMINISTRATION Office of Management Services Division Administrative Policy Division (ACMA) STATEMENT OF WORK Mail Center Security Review 1.Organization General Services Administration (GSA), Office of Management Services, Administrative Policy Division, 1800 F Street NW, Room 7136 Washington, DC 20405 1.1Mission GSA’s overall mission is to help federal agencies better serve the public by offering, at best value, superior workplaces, expert solutions, acquisition services and management policies. Within GSA, Office of Management Services Division, Administrative Policy Division (ACMA) our goal is to set forth policy for the management of mail and expedited mail in the GSA at the most economical price; comply with procedures from the Office of Government-wide Policy, Mail Policy Division and to ensure the safety of all employees in and out of the mail centers. 1.2Background The Office of Government-wide Policy (OGP), Transportation and Asset Management (MT) is responsible for promulgating regulations implementing statues and executive orders, which provide agencies with general guidelines for personal property, including fleet and aviation, travel, transportation and mail. MT seeks to ensure that all the mail centers have security plans in place to ensure the safety of all employees. Federal Management Regulation (41 CFR 102-192.70 through 102-192.80) published by OGP states: “All federal mail facilities where an agency has one or more full time personnel processing mail are required to develop and implement a written mail security plan”. 1.3Objectives The objective of this Statement of Work (SOW) is to acquire the services of a responsible experienced contractor to perform /conduct an evaluation of GSA’s mail security plans at specific locations to ensure that adequate security plans are in place and can be tested. The mail center security plan has many objectives, including but not limited to the following: Protecting Staff and all other building occupants; Avoiding unwarranted, costly and disrupting evacuations; Providing a visible mail screening operation that demonstrates to all employees that management is committed to their safety; Supporting employee morale and reducing stress by providing reassurance to all employees about the safety of mail; 2. Scope of Work The contractor shall conduct an on-site evaluation of GSA’s Headquarters and regional mail centers as directed by the Contracting Officer’s Technical Representative (COTR) to include ensuring any facility with one or more full time personnel has written security plans. At a minimum, the security plan shall include the following tasks: 2.1 Tasks – All tasks performed under this SOW shall be in accordance with Federal Management Regulation (FMR) 41 CFR 102-192.70 through 102-192.80. 1.Conduct test of security plans to determine if any plan can or needs to be improved. 2.Ensure all mail personnel have read and understand the security plans. 3.Conduct a test of Occupant Emergency Plan. 4.Conduct a Risk Assessment. 5.Develop an Annual Review Checklist of Security Plan. 6.Continuity of Operations Plan (COOP) 7.Managing Threats 8.Communications Plan 2.2 Deliverables All deliverables shall meet or exceed established industry standards and the requirements set forth in the SOW. The contractor shall be responsible for delivering all end items specified. All documents and deliverables described in this SOW and amendments or modifications shall be submitted in a professional manner and on the prime contractor’s letterhead. Draft deliverables will be submitted electronically. 1.Within 45 days after award, the Contractor will provide (ACMA) travel schedule to regions to conduct on-site evaluation and survey. 2.Within 90 days after award, the Contractor will conduct an a test of the Occupant Emergency Plans based on the security plan for that region, conduct a risk assessment and develop an annual review checklist of security plans. 3.No later than 120 days after award, the Contractor will meet with (ACMA) to provide documentation containing the following: a.Provide a list of all regions that are not in compliance with the FMR 41 CFR 102.192.70 through 102.192-80 that requires “all federal mail facilities where an agency has one or more full time personnel processing mail to develop and implement a written mail security plan”. b.Provide tools or techniques used to perform testing of each regional security plan and how it was incorporated to test in the event of an occupant emergency. c.Evaluate and provide written suggestions to improve mail center security plans. If necessary, provide Administrative Policy Division with a written security plan that the Internal Regional Mail Manager can use if he or she is not in compliance with the FMR 41 CFR 102-192.70 through 102-192.80. d.Provide method of awareness ensuring all mail center personnel have read and understand their security plans. e.Provide results of mail centers risk assessment. If the mail facility does not have a risk assessment in place, the contractor shall prepare one. f.Develop an Annual Review Checklist that each internal regional mail manager can use to assess his or her mail center and mail center employees. g.The contractor shall provide a test and evaluation of the Continuity of Operations Plan (COOP) to ensure continuance of essential Federal functions across a wide range of emergencies. These emergencies include but are not limited to procedures to acquire additional resources, accountability, roster of authorized personnel, plan decision processes, and an outline of essential functions. h.The contractor shall evaluate existing communications plans to be executed when responding to a threat. This plan should cover how to acquire and distribute information. If no communications plan is in place the contractor shall develop a plan in accordance with FMR CFR 102-192.70 through 102-192.80. 3.0 Delivery Instructions Within 30 days after award, the Contractor will meet with staff of the Administrative Policy Division (ACMA) to layout plan of action, time lines and travel TBD. The regional locations and Internal Regional Mail Manager listings are as follows: Region 1 Margie MillsRegion 2 Ben Zabava GSA, 10 Causeway Street Rm 900GSA, Federal Plaza, Rm 18-130 Boston, MA 02222New York NY 10278 617 565-8282212 264-3754 Region 3 Fay ElfandRegion 4 William Harris Jr. GSA, 100 Penn Square E Rm 829GSA, 77 Forsyth Street Rm 650 Philadelphia, PA 19107Atlanta, CA 30308 215 656 -579404 331-0983 Region 5 Thomas MorganRegion 6 Alan Parker GSA, 230 South Dearborn St Rm 3718GSA 1500 E Bannister Rd B 50 Chicago, IL 60604Kansas City, MO 64131 312 353-8835816 823-4268 Region 7 Danny CrawfordRegion 8 Maurice Smith GSA, 819 Taylor StreetDFC Bldg 41 Rm 248 Fort Worth, TX 76102Denver, CO 80225 817 542 2571303 236 8000 #3310 Region 9 Edward KendrickRegion 10 Sue Turner GSA, 450 Golden Gate Ave 5th Fl WGSA, 400 15th Street SW San Francisco CA 94102Auburn, WA 98001 415 522-2647253 931-7126 NCR/CO Charles Conrad GSA, 7th & D Street SW Rm 1710 Washington DC 20407 202 401-7068 4.0 Quality Control/Assurance Plan GSA recognizes the need for ongoing surveillance on this highly visible project. Therefore, GSA maintains the right to approve/disapprove services provided by the offeror during performance under the resultant contract. Additionally, the offeror’s quality control plan shall address how the offeror intends to achieve and maintain a level of service consistent with established industry standards. 5.0Period of Performance The period of performance for this effort shall be one year from date of award, with four (4) one (1) year options. Option Period 1: TBD Option Period 2: TBD Option Period 3: TBD Option Period 4: TBD 6.0Proposal Submission The contractor shall submit a Technical Proposal and a Cost Proposal (separately) via hard copy (4 copies each) and email to the Contracting Officer at the following address by January 30, 2009: Daryl Hawkins General Services Administration 1800 F Street, N. W. Suite G-241 Washington, DC 20405 daryl.hawkins@gsa.gov The Technical Proposal shall contain a statement of qualifications outlining their firm’s capabilities and experience with respect to the effort described herein. The statement of qualifications should describe the proposed technical approach, project plan for performing the task identified in this Statement of Work, and information on the contractor’s experience and past performance that are directly relevant to this effort. The Price Proposal shall be submitted on a firm fixed price basis with a detailed breakdown (e.g., labor categories, number of hours, hourly rates, travel, materials, etc.) for each task outlined in this Statement of Work. All elements of the written Technical and Price submission shall be in MS Word, Times New Roman, 12 point. Headers and footers shall be limited to pagination. The technical submission shall not exceed ten 8x11 pages and the price submission shall not exceed five 8x11 pages. 6.1Questions/Inquiries All inquiries shall be submitted in writing via e-mail to the contract specialist not later than 3:00 PM eastern standard time January 7, 2009. Phone inquiries will not be accepted. 7.0 Contract Administration Contract Specialist: Daryl Hawkins daryl.hawkins@gsa.gov Contracting Officer’s Technical Representative (COTR): Sophonia Thurston sophonia.thurston@gsa.gov 8.0 Invoice Submission The contractor shall invoice GSA on a monthly basis. Each invoice shall cite the Accounting Control Transaction (ACT) number for this delivery order. For payment purposes, the contractor shall mark their final invoice for payment as “Final Invoice for Payment”. Original invoices shall be submitted to the first addressee and a copy forwarded to the second addressee via facsimile or e-mail. GSA Finance Center (6BCP) Financial Operations and Disbursement Division P.O. Box 419279 Kansas City, MO 64141 a(816) 926-7287 Sophonia Thurston General Services Administration 1800 F Street, N.W. Room 7136 sophonia.thurston@gsa.gov 9.0 Evaluation factors This is a competitive requirement. The following evaluation factors will be used in evaluating technical proposals for this task. The technical evaluation factors (a through f) are of equal weight. However, each of the technical factors outweigh price, making the government’s determination based on best value for the government – all technical and price factors considered. The Government may elect to select other than the lowest priced proposal, with consideration to cost-technical tradeoffs. The Contractor will be deemed technically qualified based upon evaluation of its proposal in accordance with paragraphs below. 9.1Technical Evaluation Factors: a.DIRECT EXPERIENCE: Resumes of key personnel must be provided. The background, skills, experience, and education of proposed personnel shall be evaluated for demonstrated specific experience on projects of similar size, scope and complexity with GSA or other federal agencies. b.TECHNICAL APPROACH: Technical approach should reflect a clear understanding of the tasks identified in this Statement of Work (SOW), and the experience and qualifications of the proposed personnel. The Government shall evaluate the completeness, reasonableness, clarity and feasibility of the approach to satisfy the requirements of each individual task in this SOW. c.MANAGEMENT CAPABILITIES: The offeror shall have prior experience in mail center security as required. Additionally, the company shall have the resources, personnel, and facilities necessary to fulfill the requirement. The proposals will be evaluated for clear lines of management of accountability, authority, responsibility, and proposed lines of authority. Proposals will be evaluated for the offeror’s understanding of roles ad responsibilities by reviewing the proposed organizational structure for accomplishing the tasks in this requirement. The proposals shall clearly state the adequacy of addressing: (1)Strategy and methods proposed to identify, address and correct problems (2)Follow up procedures to ensure deficiencies are corrected (3)Capability of recruiting and retaining qualified personnel (4)Management of a subcontractor relationship (5)Proposed schedule and milestones d.PAST PERFORMANCE: Demonstrated experience and performance of past and current contracts for work in mail center security or security similar to that being proposed including timeliness of performance, cost control, and customer satisfaction. Demonstrated experience and knowledge of government mail center policy and 41CFR102-192.70 through 41 CFR 102-192.80. The contractor shall provide evidence of past performance in accomplishing work in the last eighteen months in the same as, or substantially similar to, that required by this solicitation, including quality of products and services, cost control, timeliness of performance, business relations, and customer satisfaction. The contractor shall provide references, including names, and current telephone numbers of contact persons, to substantiate past performance. Include the dollar amount and length of contract for each contract referenced. The contractor shall also describe its capabilities, and those of its major subcontractors and/or joint venture partners, if any, to perform this work. Information on the contractor’s size, experience, and resources available to enable the contractor to fulfill the requirements shall be provided. It shall include information on corporate facilities and equipment currently available for use. When discussing previous Government and/or private sector projects similar to that proposed, provide sufficient detail to convince evaluators of the relevance of the skills and objectives involved. 9.2Qualifications of Key Personnel: Demonstrated expertise in conducting mail center security reviews and or inspections. Demonstrated expertise in consulting federal agencies in the preparation of relevant security plans and management strategies. The contractor will be evaluated on the ability to provide qualified and experienced personnel to perform this contract. The contractor shall provide resumes for all proposed key personnel. The resumes shall contain names, position descriptions and information to support the qualifications – including relevant experience, and specialized training and education – names of employers and dates of employment. The term “personnel” shall include any proposed consultants and subcontractor employees who will perform duties of key personnel. 10.0Section 508 Requirements: All electronic and information technology (EIT) procured through this requirement must meet the applicable accessibility standards, sub part B (36 CFR 1194.22), entitled “Web-based intranet and internet information and applications”, or sub part C (36 CFR 1194.31), entitled “Functional performance criteria.” The contractor shall indicate for each line item in the schedule whether each product or service meets the accessibility standards at 36 CFR 1194.22 or 36 CFR 1194.31. Further, the proposal must indicate where full details of compliance can be found (e.g., vendor’s website or other exact locations) for evaluation by the Contracting Officer or his designated representative. See http://www.itic.org/policy/508/vpat/html for more information. 11.0Travel All travel shall be coordinated with, and approved by the Contracting Officer’s Technical Representative (COTR). All travel shall be in accordance with the Joint Travel Regulations (JTR).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d5dccd2892b6175edb0cde63b8a9b31c&tab=core&_cview=1)
 
Place of Performance
Address: GSA Offices around the country, United States
 
Record
SN01722055-W 20081221/081219215320-d5dccd2892b6175edb0cde63b8a9b31c (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  © 1994-2020, Loren Data Corp.