Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

63 -- U.S. Army Central Command (USARCENT) ACCESS CONTROL SERVICES

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Fort Sam Houston Contracting Center - East, Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE10R0028
 
Response Due
3/26/2010
 
Archive Date
5/25/2010
 
Point of Contact
Lita M. Taylor, 404-464-2755
 
E-Mail Address
Fort Sam Houston Contracting Center - East
(lita.taylor@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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 number is W911SE10R0028 and is issued as a Request for Proposal (RFP). The associated North American Industrial Classification System (NAICS) code for this procurement is 561612 (Security Guards and Patrol Service) with a small business size standard of $18.5M. This requirement is a total Small Business set-aside and only qualified offerors may submit proposals. The contract type is Firm Fixed Price. The Mission and Installation Contracting Command Center Fort McPherson is soliciting offerors for this requirement to perform services for Headquarters, Third U.S. Army Central Command (USARCENT) Building 363 (Patton Hall) at 1881 Hardee Avenue at Fort McPherson, Georgia. With the ever present and increasingly deadly terrorist threats to military and government facilities and personnel, particularly those with missions impacting in the USARCENT Area of Concern, great investments in enhanced security have already been made to preclude access to, exploitation of or danger to Building 363 and the personnel who work and visit therein. At one point in time, military personnel fulfilled the mission to monitor and control access to the headquarters building; however, the use of borrowed military manpower support in order to meet this purpose diverted talent from other critical missions and became increasingly counterproductive. With the implementation of additional technology and security procedures to enhance physical security of and control of access to Building 363, it has become possible to replace the borrowed military manpower previously committed to access control, with a combination of electronic technology (for physical security) and contracted Access Control Services Specialists (for access control and monitoring). For a list of the Contract Line Items (CLINs), please see the attachment CLIN Structure. The Performance Work Statement (PWS) is included as an attachment to this solicitation. List of Attachments: PWS and CLIN Structure. FOB: Destination The offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors Commercial. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors must submit a completed copy of the provision at 52.212-3. FAR 52.212-4, Contract Terms and Conditions. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, Alt I, 52.222-3, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.232-33, 52.233-3 Alt I, 52.233-4, 52.239-1, 52.222-41, 52.222-42. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact is designated in the CCR site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. Offers are due 26 March 2010 at 4:00 pm., Eastern Daylight Saving time to the Mission Installation Contracting Center Fort McPherson, Attention: Pauline M. Pituk, 1301 Anderson Way SW, Fort McPherson, GA 30330. Please contact Lita Taylor at 404-464-2755 for information regarding this solicitation. RFP Section Page Limit Original Copies CD Volume I Executive Summary No Limit 1 1 1 Volume II Factor 1, Technical Capability 30 1 3 1 Volume III Factor 2, Past Performance No Limit 1 3 1 Volume IV Factor 3, Price No Limit 1 1 1 F. Your response shall be separated by volumes, and include the following information: 1. Volume I: Shall be clearly marked as VOLUME I Executive Summary, and contain the signed amendments (if any); and Certifications and Representations. 2. Volume II: Shall be clearly marked VOLUME II Technical Capability, RFP W911SE-10-R-0028. The Technical Response (Factor 1) shall consist of a written narrative with supporting data that addresses the technical performance requirements contained in the PWS. It should include sufficient information to describe the offerors procedures, processes, controls, etc. that are established at time of contract award and employed throughout the life of the contract until contract close-out. 3. Volume III: Shall be clearly marked Volume III, Past Performance, RFP W911SE-10-R-0028. The offeror shall provide information regarding Past Performance (Factor 2) that demonstrates relevant and recent past performance that will enable successful execution of the proposed approach and will satisfy the requirements of the contract. 4. Volume IV: Shall be clearly marked Volume IV Price, RFP W911SE-10-R-0028. The offeror shall provide all data required to assess the completeness and reasonableness of their price. The price response (Factor 3) shall consist of the offerors prices and associated profit (fee) to successfully complete the proposed work identified in the PWS and delineated in the offerors response. Evaluation 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. All proposals in response to this solicitation will be evaluated using streamlined source selection procedures as outlined in the Army Source Selection Manual and the policies and procedures in accordance with FAR Part 15.3. A best value Lowest Price Technically Acceptable (LPTA) source selection process will be used for this requirement. An offeror must receive a rating of Acceptable for the Technical Factor in order to be considered for award. In order to receive a rating of acceptable for the Technical factor, your offer shall contain all the information listed below in the section Factor 1: Technical Capability and in accordance with the PWS. The following factors shall be used to evaluate offerors. Factor 1: Technical Capability: Describe your technical capability for satisfying the requirements of the PWS. Your proposal shall include the following: a. Management Approach: The offerors shall provide their approach to satisfy the requirements of the PWS. To demonstrate an effective management approach, an offeror shall address the following: Contractors Management Plan; ability to execute the approach proposed; understanding and executability of leadership roles; and, commitment of all personnel. The Government will assess the executability of the proposed approach to ensure that required personnel are available. b. Staffing Plan: The staffing plan shall include procedures that will be used to acquire and retain qualified personnel throughout the life of the contract. Include the labor categories and number of hours and FTEs proposed for each of the PWS sections. The staffing plan shall outline the qualification requirements for each position and address how the proposed personnel will satisfy these qualification requirements. If your plan includes cross-training/cross-utilization of personnel, address your approach of how you plan to backfill positions identified for cross-training/cross-utilization. The staffing plan shall address your approach to ensure that no position remains vacant for longer than two weeks, and that all operations are adequately staffed at all times during normal business hours. Discuss how you will minimize turnover and allow for continuous service the throughout the life of the contract. Discuss the availability of the key personnel proposed, and your plans in the event personnel proposed are not available on the start date of the contract. Discuss the methodology used for determining the type, number of personnel proposed and level-of-effort proposed for each individual. As a minimum, the methodology should address knowledge, skills, security clearances, and educational requirements. The following minimum personnel qualifications are required and shall be addressed: (1) ACCESS CONTROL MANAGER: The Access Control Manager (ACM) must possess a valid, active Top Secret clearance and be eligible for SCI Indoctrination. The ACM shall have experience in monitoring and accessing the Headquarters control systems, specifically the Electronic Security Systems (EES) to ensure continuous integration of Access Control Systems (ACS), Intrusion Detection Systems (IDS), Closed Circuit television systems (CCTV), the Data Transmission media (DTM), alarm reporting Systems, and experience to provide effective intrusion intervention, violation detection, and incident documentation. (2) ACCESS CONTROL PERSONNEL: All Access Control Services contract personnel must possess a valid, active Secret clearance, be U.S. Citizens and, in general, must be a minimum of twenty-one (21) years of age. Veterans of military service may be allowed a waiver of the age requirement. Additionally, the contractor will ensure that a valid criminal background check is conducted on each candidate to ensure the absence of any felony or of a recurring history of misdemeanors. Personnel requirements include possession of a high school diploma or equivalency and completion of at least two (2) years of experience in accordance with the PWS, Paragraph 8.1.2. Factor 2: Past Performance: The offerors past performance will be evaluated considering the offerors relevant experience and quality of service, and will be assigned a risk rating of low, moderate, high or unknown. To be considered for an award, an offeror must receive a risk rating of low, moderate or unknown. An offeror receiving a high risk rating for the Past Performance Factor will not be considered for award. PAST PERFORMANCE RISK RATING: Low: Little doubt exists based on the offerors performance record, that the offeror can perform the proposed effort; Moderate: Some doubt exists based on the offerors performance record, that the offeror can perform the proposed effort; High: Significant doubt exists based on the offerors performance record, that the offeror can perform the proposed effort; Unknown: Little or no relevant past performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. Provide information regarding relevant experience you have gained that will enable you to successfully execute the proposed approach and satisfy the requirements of the contract. Discuss the relevance of your experience in terms of the nature, size, complexity and duration as compared to this requirement. Experience shall be recent. Recent is defined as within the last three years from the proposal due date. The offerors past performance will be evaluated as a measure of the Governments confidence in the likelihood of the offeror to successfully perform based on previous and current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement. The evaluation of past performance is a subjective assessment by the Government of the offerors performance on contracts of similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. In this context, offeror refers to the proposed prime contractor and major subcontractors. The Government will assess the offerors recent and relevant performance in accordance with FAR Part 15.305 based on services they are expected to perform. The Government will evaluate: quality of services; timeliness of performance; meeting schedule records; key personnel management; business relations and compliance with limitation of subcontracting (when applicable); cost control; effectiveness of internal and external communications; ability to understand and resolve deficiencies in a timely manner with no adverse impact on the mission and the program; general responsiveness to contract requirements; and customer satisfaction. A significant achievement, problem, and how the problem was resolved are considerations that will impact the overall risk rating of the past performance factor. Relevant experience should be addressed for all subcontractors proposing to support this solicitation. Their relevant experience is to be within the last three years. For those offerors without records of relevant experience, a rating of unknown will be assigned and the offerors will not be evaluated favorably or unfavorably. Past Performance information shall be organized in the following manner: Relevant Contract Experience Descriptions. This section shall include the following contract information in the following format: Describe your experience and rationale for relevancy as it relates to this pending contract. Identify in specific detail for each contract listed, why or how you consider that effort relevant or similar to this requirement. In determining relevancy, consideration should be given, but not limited to, such things as service similarity, size and complexity, contract type, contract environment, division of company proposing, and subcontractor interaction. Contract/Order Number. Award date. For projects under task orders or delivery orders, include task/delivery order numbers Contract/Order Type. (e.g., indefinite delivery/indefinite quantity (IDIQ), firm fixed-price (FFP), time & material (T&M) labor-hour (LH), cost reimbursement). Contract/Order Total Dollar Value. Initial AND final or projected final, if contract is ongoing. Contract/Order Period of Performance. Indicate, by month and year, the start and completion, or ongoing, dates for the project Delivery Schedule. Initial AND final or projected final, if contract is ongoing. Prime Contractor. Contractor/Subcontractor, place of performance, CAGE Code and DUNS Number. If the work was performed as a subcontractor also provide the name of the prime contractor and point of contact (POC) within the prime contractor organization (name, address, email and telephone number). Major Subcontractors. List of Quality Awards or Quality Certifications Personnel Assigned. Show the labor required to complete the project, listed by labor category title, average number of people, and total hours by category. Procuring Contracting Officers name, address, phone number, Fax number and email address. Administrative Contracting Officers (if different from the above) name, Address, phone number, FAX number and email address. Government (Customer) Technical Point of Contacts (POCs) (e.g., Contracting Officer's Representative): name, address, phone number, FAX number and email address. A copy of any cure notices or show cause letters received on each contract listed and a description of any corrective action by the offeror or proposed subcontractor. Provide the required information concerning terminations actions. This information shall be submitted for ALL contracts terminated, in whole or in part, for default or convenience during the past three (3) years from the due date of the proposal. Additionally, information should be provided for any contract currently in the process of such terminations. This information is required for any contract, similar or not to the proposed effort. Offerors are reminded that both independent data and data provided by offerors in their proposals may be used by the Government to evaluate the offerors past performance. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure problems it finds in the proposal. The burden of providing thorough and complete past performance information remains with the offerors Past Performance Reference. The Government may interview references submitted by contractors to validate relevancy and the quality of the performance. Offerors shall include in their proposal the written consent of the proposed subcontractors to allow the Government to contact their references and discuss the subcontractors' past performance evaluation with the offeror during any discussions. The Government will verify/validate information on both prime and subcontractors that an offeror provides in its proposal. If the past performance information is adverse, the offeror may be given an opportunity to provide a rebuttal if not previously provided such an opportunity. The following risk assessment represents the Government evaluation team's judgment of perceived risk and the probability of an offeror to successfully accomplish the proposed effort based on the offeror's demonstrated past performance. Factor 3: Price Factor: The price factor will be evaluated for the acceptable offeror for completeness and reasonableness of the price proposed for this requirement. The evaluation will be performed on the total proposed estimated price, including the base performance period, and option periods. Proposals are required to discuss the basis of estimate in terms of staffing proposed for each major section of the PWS (labor categories and number of hours). The Price Factor will not be assigned a rating. a. Completeness: To be complete, an offeror must have provided all the data that is necessary to support the response. The Government will assess the extent to which the price response complies with the content and format requirements set forth in this solicitation. b. Reasonableness: The Government will evaluate proposed prices by performing the following assessments: reviewing labor mix for compliance with Department of Labor Wage Determination (WD) and Collective Bargaining Agreement (CBA), if applicable; comparing total proposed prices with those of other offerors and the Independent Government Estimate (IGE); and comparing proposed labor mix and categories, with those submitted under Technical Response. c. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price of the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluations of options will not obligate the Government to exercise the option(s). Basis for Award 1. The Government will evaluate this requirement using a best value, lowest price technically acceptable (LPTA) approach. Tradeoffs are not permitted and no additional credit is given for exceeding acceptability. Proposals are evaluated to determine whether they meet the acceptability levels for all evaluation factors. 2. The Government intends to evaluate responses and award a contract without communications with offerors. Therefore, the offerors initial response should contain its best terms from a price and technical standpoint. However, the Government reserves the right to make clarifications or request revised responses if later determined by the Contacting Officer to be necessary. 3. The Government will evaluate the offerors technical proposal to determine whether it satisfies the requirements of the PWS and is executable as proposed. A determination will be rendered as to whether the technical proposal is Acceptable or Unacceptable based on the definitions below. An offeror who receives a rating of acceptable and has the lowest total evaluated price (including options) will be awarded the contract. Definitions of Ratings used for LPTA: a. ACCEPTABLE. Meets all specified minimum performance, capability, qualification, certification, education, and/or security requirements necessary for satisfactory performance. Approach is sound and executable and performance risk is low to moderate. b. UNACCEPTABLE. A proposal that contains a major error(s), omission(s) or deficiency (ies) that indicate a lack of understanding of the problems or an approach as required by the PWS that cannot be expected to meet requirements or involves a very high risk: and none of these conditions can be corrected without a major rewrite or revision of the proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f31fb96e9cd9e2398b4f165f963596a)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - East Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
 
Record
SN02093159-W 20100318/100316234757-5f31fb96e9cd9e2398b4f165f963596a (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.