Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

R -- Security Monitor

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
F3W3129233A001
 
Archive Date
10/8/2009
 
Point of Contact
Zachariah A. Pinkston, Phone: 496565619501, Elisabeth Garza-Bisdorf, Phone: 496565619548
 
E-Mail Address
zachariah.pinkston@spangdahlem.af.mil, garza-bisdorf@t-online.de
(zachariah.pinkston@spangdahlem.af.mil, garza-bisdorf@t-online.de)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for a commercial service 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F3W3129233A001 The resulting award will be a firm-fixed price contract; the award will be made based on best value to the Government. Past Performance will be evalutated under the Simplified Acquisition Procedures. Preferably, bidders should be available for the entire solicited contract period (Base Year plus 2 Option Years). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 (iv) The Contractor will be required to provide the following service: CLIN 0001 SECURITY MONITOR - BASE YEAR Non-Personal Service: Contractor shall provide all labor, materials, parts, and transportation to provide the service as stated below. Period of Performance: 01 Oct 09 - 30 Sep 10 QTY:320 Unit of Issue:Unit Unit Price:......................... Total:............................... CLIN 1001 SECURITY MONITOR - 1st OPTION YEAR Non-Personal Service: Contractor shall provide all labor, materials, parts, and transportation to provide the service as stated below. Period of Performance: 01 Oct 10 - 30 Sep 11 QTY:320 Unit of Issue:Unit Unit Price:......................... Total:............................... CLIN 2001 SECURITY MONITOR - 2nd OPTION YEAR Non-Personal Service: Contractor shall provide all labor, materials, parts, and transportation to provide the service as stated below. Period of Performance: 01 Oct 11 - 30 Sep 12 QTY:320 Unit of Issue:Unit Unit Price:......................... Total:............................... 1. DESCRIPTION OF SERVICES: Work consists of unlocking/locking building 129, as well as other facilities on Spangdahlem AB, Germany, where college classes are conducted each time classes meet. This will include some days, evenings, weekends and holidays. Contractor will ensure that lights are turned off, windows are closed, doors are locked, water taps are closed, furniture and equipment are arranged back to original position and trash is removed from the classrooms. Issues audio-visual equipment at the request of instructors. Reports broken equipment to the equipment custodian at the Education Center, Spangdahlem, Building 129. Reports to the ESO or security police any information or circumstance of which he becomes aware, that may pose a threat to the security of DoD personnel, contractor personnel or building resources. Contractor must be physically present in the designated facility during all scheduled periods of time 2. QUALIFICATIONS: The qualifications of the contractor shall be: a. Be at least 21 years of age and able to communicate effectively in English. b. Must be capable of performing light physical duties, such as moving and setting up audiovisual equipment, moving tables and chairs, and other routine daily maintenance functions. c. Must be capable of operating computer hardware and peripherals, and audiovisual systems. d. Must have at least 2 years of relevant work experience, and submit resume with three references, two of which must be local, for technical review before contract is assigned. e. Must have reliable transportation, live within a reasonable distance of assigned work area, and have home and work phone where he can be contacted 3.DEFINITION OF A UNIT: A unit of requirement will be the control, monitoring and security of classrooms at bldg. 129 and occasionally other classroom facilities. Individual units will be called for on the basis of scheduled classroom use. The Security Monitor will ensure that all buildings are open for instructional use at least 15 minutes before classes are scheduled to begin. Once classes are underway, the Security Monitor will rotate between the facilities for the first 45 minutes after class start to ensure security and order are maintained. The security monitor will stay at the building(s) during class hours. Contractor will be the point of contact for problems arising with the elevator in bldg. 129 during normal contractor duty hours. Occasionally, the contractor will need to verify ID cards to allow access during various exercises and real world situations. Work performed on a regular weekday = 1 unit Work performed on a Saturday, Sunday or holiday = 2 units Maximum Unit Hour Weekdays: 1630-2200 (When the Education Center is closed for holidays or other functions, the contractor may be required to open the building for the 1130-1330 classes) Weekends: 0800 - 1800 4. CALLS/DELIVERY PROCEDURES: Calls will be made informally by the Education Services Officer or his designee and will be based upon scheduled classroom use. A tentative class schedule will be given to the contractor 2 weeks before the term starting date; the permanent schedule for the term will be available the Friday before the term begins. Weekend classes will be confirmed for each respective weekend, placing the call for the weekend on the Thursday or Friday before that weekend. 5. SERVICE PERFORMANCE: If the contractor needs time-off for illness or vacation, the contractor will provide a substitute who meets the qualifications set forth in the Statement of Work. The same approval authority that selected the contractor will approve all substitutes in advance. The contractor will provide for payment or compensation to the substitute. All absences will be coordinated at least seven (7) days in advance, except in emergency situations. The total time-off will not exceed four weeks in a row. 6. PERFORMANCE DOCUMENTATION: Contractor will maintain a daily ledger of activities. It will contain information such as time classrooms were opened, problems encountered, action taken, and the time classrooms and building were locked. Entries will be signed and dated. Copies of the ledger will be submitted to the education center with the monthly payment invoice. Invoices must be prepared in the English language and must contain an invoice number and the contract number. Invoice payments will be processed through "Wide Area Work Flow (WAWF)". 7. EMPLOYMENT STATUS: Non-Personal Service Contracts are not appointments to positions in the competitive services and the contractor does not have the status of an Air Force employee. The individual has the status of an independent contractor. An employee relationship does not exist. The contractor will be given base access if (s)he does not already possess the necessary credentials for entering the base. 8. TERMS OF CONTRACT: Contract will be for a maximum of five years, with years 2-5 renewable at option of Education Services Officer. Termination of the contract by the contractor will require a 30-day notice period. Failure to perform required tasks three times in a contract year will be grounds for termination by the Education and Training Office. (v) The following clauses and provisions apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offeror - Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2009) (DEVIATION) 52.215-5 Facsimile Proposals (Oct 1997) 52.217-5 Evaluation of Options (Jul1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb2000) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct2003) 52.233-3 Protest After Award (Aug 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Alternate A - Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009)(DEVIATION) 252.222-7002 Compliance with Local Labor Laws 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7001 Tax Exemptions (Germany) - Alt I (Jun 1997) 19% Mehrwertsteuer Germany 252.229-7002 Customs Exemptions (Germany) (Jun 1997) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar2008) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 5352.242-9000 Contractor Access to Air Force Installation (Aug 2007) The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil (vi) Any questions regarding this requirement shall be addressed to the two POCs listed below via email. Quotes are due to this office no later than 10:00am Western Europe Standard Time, 23 September 2009. Quotes can be faxed to the following number, (+49)-6565-619106 or sent via e-mail to zachariah.pinkston@spangdahlem.af.mil. All quotes must include the following information: Company's complete mailing and remittance address, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. Primary point of contact: ZACHARIAH PINKSTON, Contract Specialist, A1C, USAF TEL: (+49)-6565-619501 FAX: (+49)-6565-619106 or email: zachariah.pinkston@spangdahlem.af.mil Secondary Point of contact: ELISABETH GARZA-BISDORF, Contracting Officer, TEL: (+49)-6565-619548 FAX: (+49)-6565-619106 or email: elizabeth.garza@spangdahlem.af.mil ************************************************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/F3W3129233A001/listing.html)
 
Place of Performance
Address: Bldg. 129, Spangdahlem Air Base, Germany, Spangdahlem, 54529, Germany
 
Record
SN01958531-W 20090918/090917002338-a5398e818accfaa6fb7d063ee266c1fe (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.