Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
MODIFICATION

M -- Security Post Coverage (Security Services)

Notice Date
4/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
PreQual-SecurityServices-40910
 
Archive Date
5/25/2010
 
Point of Contact
Henry Riley, Phone: 202/633-7292
 
E-Mail Address
rileyh@si.edu
(rileyh@si.edu)
 
Small Business Set-Aside
N/A
 
Description
This notice serves as public announcement that the Smithsonian Institution ("SI") is seeking to Pre-Qualify contractors for participation in a competitive acquisition process for selection of a contractor to provide unarmed contract security staff and supervisory staff ("Security Staff") for SI's museums in Washington, DC, and New York, NY. (Although SI would prefer to have one (1) contractor, two (2) contractors will be considered if necessary because of licensing limitations.) SI intends to Pre-Qualify an adequate number of contractors who are likely to be able to successfully fulfill the needs of the pending contract. Pre-qualification is the process of up-front identification of top-quality contractors able to compete for specific types of contract opportunities. Selection of the appropriate contractors is highly important toward SI achieving success. This augments SI's ability to successfully achieve its mission. SI extends an invitation to contractors with specific skills providing Security Staff to respond to this Pre-Qualification. SI will be completing the Pre-Qualification evaluation process to identify contractors capable of providing the proposed service. BACKGROUND The Smithsonian Institution's Office of Protection Services ("OPS") protects and secures the National Collections entrusted to the Smithsonian Institution. It ensures the safety and security of staff and visitors, while permitting an appropriate level of access to collections and properties. It is IMPORTANT TO NOTE that OPS is seeking to contract for security post coverage and not for general staffing. The Contractor is required to provide uninterrupted coverage of these posts during normal museum open hours. STATEMENT OF WORK OPS has a future requirement to provide Security Post coverage in Washington, D.C., and New York, NY. The Washington, D.C., requirement will occur on or about August 01, 2010 (covering 54 security posts). The New York, NY, requirement will occur on or about September 01, 2010 (covering 16 security posts). Contractor shall provide OPS with unarmed contract security staff and supervisory staff that are technically proficient and customer service oriented. The unarmed security staff services shall consist of routine fixed post and roving patrol duties; to provide customer service; and to assure safety and protection of occupants and property against injury, molestation, vandalism, theft, trespass, fire, and any other events detrimental to the security of such persons and property. Contract staff will supplement the professional armed proprietary security staff provided by OPS at designated Smithsonian Institution's ("SI") museums when they are open to the public. The Contractor must supply management and operational personnel with sufficient skills to insure that services will be performed in a professional manner. The Contractor services will be determined by OPS and may range from part-time to full time (24 hours a day, seven days a week), on-call basis, weekends, and holidays. Personnel Quality Standards : Eligibility requirements will include (but not necessarily limited to)medical certificates, personal history statements, completed personal background investigative forms (to include completed fingerprint cards) for both Contractor's security staff and personnel who will be working on this contract shall be required. Also, Contractor's personnel must be able to successfully pass a Government Background Investigation. All personnel, supervisors, project and assistant project managers, and alternates assigned under the Contract must, at a minimum, have a favorably adjudicated Background Investigation as prescribed by the Office of Federal Investigations, Office of Personnel Management (OFI/OPM). All personnel must also have verification of eligibility for employment in the United States and comply with all state and local registration and licensing laws and regulations for security staff. Upon completion of a successful background investigation the security staff and supervisors will be issued an SI Credential that shall be worn at all times. Reserve Security Staff : The Contractor shall be required to maintain, at all times, an on-call reserve force. The reserve force should be of sufficient size to enable the Contractor to provide security post coverage in the event of scheduled or unscheduled Contract staff/personnel/employee absences (e.g. due to illness, vacation, or personal emergencies). All reserve security staff must meet the minimum qualifications standards required in this contract before working any post under this contract. Any costs associated with the reserve force shall be included in the security staff hourly rate for the base bid. Duties to be Performed: The typical duties to be performed may include, but not necessarily limited to, the following: 1. Entrance/Exit Control Post : Operate a system of personnel identification and maintain a count of staff members and visitors who leave the building as needed. 2. Roving Patrol and Fixed Posts : Make patrols and/or monitor designated areas in accordance with routes and schedules established in the Post Orders (Post Order will be both written and provided by OPS). 3. Building Rules and Regulations : Observe building occupants and visitors for compliance with rules and regulations and respond as needed. 4. Lost and Found : When articles are found, contact an OPS Security Officer for disposition of them and assist in the submittal of a Lost and Found Report. 5. Unauthorized Access : Immediately report to OPS Security the discovery of any persons who has or is attempting to gain unauthorized access to the property or staff only areas of facilities. 6. Emergencies : In case of an emergency requiring immediate attention, the security staff will respond to the condition and summon appropriate assistance as may be required. 7. Visitor and Staff Assistance : Provide prompt and courteous service to visitors and staff requests for service, assistance and information. Authority and Jurisdiction : Contractor and Contractor's personnel assigned to the Contract must be able to both legally do business-in and work-in Washington, D.C. and/or New York, NY. PRE-QUALIFICATION The Evaluation Process Your Pre-Qualification Statement will be evaluated by a committee composed of SI staff members. Include with your submission: Minimum requirements as established in the evaluation criteria. If you do not meet all of the minimum requirements, your entity may not be considered for Pre-Qualification. Comparable experience is more desirable than non-comparable experience. Information and example projects that best illustrate your entity's capability, experience and performance to provide Non-armed Security Staff-as identified within this Pre-Qualification. Pre-Qualification Factors •§ Actual years of experience providing Non-Armed Security Staff ( Minimum requirement of 5 years-any combination of the below types of experience): •o For a Museum?; and/or •o For the U.S. Federal Government?; •§ List business/government entities that you have provided comparable Non-Armed Security Services. This list should include its name, time period that your provided this service, address(es) of facilities where service provided, and a contact person (include name, title, business phone number, and business address) working for the entity that we may contact.. Also: •o State if you are currently providing this service; and •o State if you are not currently providing this service and indicate the reason(s) why you are not; •§ State which of the below jurisdictions (or combination thereof) that you are licensed to provide security services as stated in this Pre-Qualification. ( Minimum requirement of at least 1 of these jurisdictions): •o Washington, DC, and New York, NY? Or; •o If you are not licensed in all 2 jurisdictions, state which of these jurisdictions you are licensed? •§ Mobilization ( Minimum requirement of 30 days):: •o Are you able to provide security coverage within 30 days? •§ Has your company ever been suspended, prohibited, barred, and/or debarred from doing business? •o If so, provide details; •§ Financials: Minimum requirement -Interested contractors are to provide the following information. •o Provide your Dun and Bradstreet Number (DUNS #); and •o Include your company's financial statement (see below): •§ Attach your most recent financial statements including the Balance Sheet, Statement of Income, Statement of Cash Flows, and notes to the financial statements. These statements must be (or have been) AUDITED by an independent, licensed CPA or CPA firm for the contractor's previous two (2) fiscal years. Financial statements must be for the company making the submittal, not the parent company, unless a guarantee of the subsidiary's obligations is provided. Failure to submit audited financial statements may result in the disqualification of your submittal because a determination of financial responsibility can NOT be made without this information. •§ In addition, if your company's last fiscal year-end precedes the date of this submittal by more than six (6) months, complete the attached "Contractor's Interim Financial Data" form for the company's most recent completed quarterly fiscal period. If the entity's most recent fiscal year-end fell within the last six months; completion of this form is not required. All qualified contractors may not be placed on the Pre-Qualified list if SI determines that a smaller group will provide adequate competition and/or if some contractors are considerably more qualified than others, thereby precluding contracting opportunities for the less qualified. The Solicitation/Request will not be posted. The Solicitation/Request for Proposal will only be sent to those contractors who have been placed on the Pre-Qualified list. The Solicitation/Request for Proposal will be sent out to those contractors who have been placed on the Pre-Qualified list within the next 40 calendar days. Contractors that have not been placed on the Pre-Qualified list will not receive the Request for Proposal. DISCLAIMER Responses are due no later than 4:00 PM, EDT, Monday, May 10, 2010. Electronic submissions will not be accepted. Contractors are to submit their Responses by hand-delivery, messenger, or commercial carrier (not by US Mail) to the following address: H. Riley, Esq. Smithsonian Institution Office of Contracting & Personal Property Management Attn. Security Staff Pre-Qualification 2011 Crystal Drive, Suite #350 Arlington, VA 22202 Any information received in response to this Pre-Qualification announcement is voluntary and becomes the property of the Smithsonian Institution upon receipt. The Smithsonian Institution will neither pay for information requested nor compensate any respondent for any cost incurred in developing information provided to the Smithsonian Institution. Please note: all contractors doing business with the Federal Government/Smithsonian Institution must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. Any questions regarding this Pre-Qualification announcement should be submitted to H. Riley by e-mail. Only e-mailed questions will receive a response. E-mail your questions to H. Riley at rileyh@si.edu. Point of Contact(s): H. Riley, Contract Negotiator, Attorney; Phone: 202-633-7292; Fax: 202-633-7319; Email rileyh@si.edu. Contracting Office Address: US Mail: Smithsonian Institution, Office of Contracting & Personal Property Management, P.O. Box No. 37012, MRC 1200, Washington, DC 20013-7012; or for Overnight Deliveries (using Commercial Carriers): Smithsonian Institution, Office of Contracting & Personal Property Management, 2011 Crystal Drive, Suite No. 350, Arlington, VA, 22202-3709. Pre-Qualification does not constitute a contract award. All interested contractors must submit a response to this notice in order to be considered for this Pre-Qualification opportunity. SI is not obligated to award any contract as a result of this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/PreQual-SecurityServices-40910/listing.html)
 
Place of Performance
Address: Washington, DC, and New York, NY, United States
 
Record
SN02117504-W 20100411/100409234512-c62724600610d020aab956178af18645 (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.