Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

99 -- SOLICITATION FOR ARMED SECURITY GUARD CONTRACT AT THE FAA'S NORTHERN CALIFORNIA TRACON (NCT) FACILITY, LOCATED AT MATHER, CA. OFFERORS SOUGHT

Notice Date
1/20/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Western-Pacific Region, FEDERAL AVIATION ADMINISTRATION, AWP-52 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWP-09-R-90002
 
Response Due
1/30/2009
 
Archive Date
2/14/2009
 
Point of Contact
Michael Waite, 310-725-7560<br />
 
Small Business Set-Aside
N/A
 
Description
PLEASE CONTACT MR. MARQUES PERRY AT (310) 725-7547 FOR QUESTIONS PERTAINING TO THIS SOLICITATION. DO NOT CONTACT MR. JAMES TRAVERS OR MICHAEL WAITE. The Federal Aviation Administration (FAA) hereby announces its intention to issue a solicitation for armed security guard services for the Northern California TRACON (NCT), located in Mather, CA. This solicitation is hereby set-aside for Socially and Economically Disadvantaged Businesses (SEDB) also known as 8(a). The basic scope of work is as follows: 1. Provide armed security guard services 24-hours a day, 7-days a week including weekends and holidays. Staffing will be: 2-guards 24hrs/7days. One of the guards must be a working supervisor during the day shift Monday to Friday.2. Ensure all guards meet state and local licensing requirements and hold applicable licenses.3. Supervise personnel to ensure compliance with the contract.4. Perform unannounced inspections of guard performance bi-weekly during each contract guard shift.5. Ensure the guard is thoroughly familiar with the orders and regulations.6. Ensure the guard understands their responsibilities and duties.7. Develop and submit for approval a comprehensive Guard Manual and Supervisor's Manual.8. Develop and submit for approval a Continuity of Service Plan. A detailed Statement of Work, Guard Orders and other performance requirements will be issued with the RFO. The solicitation will be conducted in 2-phases. Phase 1: Screening Information Request (SIR)Phase 2: Request For Offer (RFO) Phase 1: A SIR will be issued requesting the qualifications of interested firms. Basic qualifications for FAA security guard contractors are as follows: 1. The vendor's primary business shall be that of providing contract "armed" security guard services. Offerors will be required to self certify that at least 51% of their aggregate business is from security guard services and that at least 51% of their security guard business is armed.2. The vendor must have at least 5-years of continuous "armed" security guard experience.3. The vendor shall provide written evidence of providing satisfactory service to large facilities with plant and employee population similar to FAA Security Level 4 and 3 facilities. Level 4 Facility: These facilities have over 450 employees during single established work period; likely has more than 150k square feet of space; and may have high volume public contact. These facilities are considered mission critical and total destruction, loss or major damage may have a catastrophic impact on the National Air Space (NAS). Level 3 Facility: A facility with 151 to 450 employees during any single established work period; likely has between 80K and 150k square feet of space; and may have moderate to high volume of public contact. These facilities may be co-located with high-risk law enforcement and intelligence agencies, courts, judicial offices, or other highly sensitive government offices. These facilities are considered mission critical and total destruction, loss, or major damage may have a very serious or catastrophic impact on the NAS. 4. The successful offeror must be a SEDB 8(a) contractor and possess a current 8(a) Certificate from the Small Business Administration (SBA). The SIR responses received will be reviewed for responsiveness and qualifications, and evaluated as "pass/fail". Firms deemed unqualified will be eliminated from consideration of award. Phase 2: RFOs will be sent only to the firms deemed to be qualified. The RFO will request Past Performance and Pricing information. Evaluation and scoring criteria will be provided within the RFO. Firms interested in participating in this solicitation may respond to this announcement, "in writing", by contacting Mr. Marques Perry at the following address: U.S Mail:FAA - Western-Pacific RegionWSA Acquisition Group - Los Angeles, AWP-52P.O. Box 92007Los Angeles, CA 90009-2007 FedEx, UPS, etc.FAA - Western-Pacific RegionWSA Acquisition Group - Los Angeles, AWP-5215000 Aviation Blvd.Hawthorne, CA 90250 You may transmit your interest via facsimile at (310) 725-6842, or e-mail at marques.ctr.perry@faa.gov. If you choose to respond via facsimile or e-mail, the government will not be responsible for any failure attributable to the transmission or receipt of your transmittal. Your response must include company name, mailing address, telephone and facsimile numbers, e-mail address and name of contact person. VERBAL REQUESTS WILL NOT BE HONORED. Responders to this announcement must be registered in the Central Contractors Registration (CCR) www.ccr.gov. Responses to this announcement from firms not registered in the CCR will be discarded. All requests must be received in this office no later than 1:00 pm (west coast time) on January 26, 2008. It is anticipated that a base contract with 4-option years will be issued. Performance will start on April 1, 2009. The contract may be terminated or transferred to the Department of Homeland Security at any time during the life of the contract. This notice is for informational purposes for Minority, Woman-owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and woman-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short term receivable financing. The maximum line of credit is $750.000. For information regarding the bonding and lending program please call the DOT office of Small and Disadvantaged Business Utilization at (800) 532-1169. Period of Performance: 365 DaysNAICS 561612Issue Date: January 16, 2009OPEN - 01/16/2009 - Closes on 01/26/2009
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c227f33c07e1f1298c9296d1118e124&tab=core&_cview=1)
 
Record
SN01734710-W 20090122/090121062747-8c227f33c07e1f1298c9296d1118e124 (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.