Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

R -- Olney FSC Professional Armed Security Guard Services for FEMA - RFQ HSFEMW-10-Q-7001

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-Q-7001
 
Archive Date
9/30/2010
 
Point of Contact
Rafael Taylor, Phone: 5405422832
 
E-Mail Address
rafael.taylor@dhs.gov
(rafael.taylor@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Wage Determination Price Breakdown Worksheet RFQ HSFEMW-10-Q-7001 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and no written solicitation will be issued. This solicitation is being issued as a Request for Quotation (RFQ). The Government intends to issue a fixed price contract and reserves the right to issue an award without discussions. The RFQ clauses and provisions are those in effect through Federal Acquisition Circular 2005-32 - Corrected. The NAICS code for this requirement is 561612, for which the Small Business Size Standard is $11.5M. This RFQ is being issued as an 8A Small Business Set-aside. FAR Provision 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.219-3 apply to this acquisition. See Attached solicitation for submitting unit and extended prices for the below mentioned services: The Federal Emergency Management Agency, Continuity Acquisition Branch, will award a single Firm Fixed Price (FFP) contract with an estimated Indefinite quantity contract line item for security guard services at the FEMA Olney Federal Support Center (OFSC). This requirement is being retained in the 8(a) Small Business Development Program as a competitive requirement. The description of work consists of providing armed Security Officers to perform the services required at the OFSC as a daily deterrent, 24 / 7 / 365, against unauthorized, illegal, or potentially life-threatening activities directed toward, DHS, FEMA employees, visitors, information, programs, property, and the like. Additional services will include, but not limited to: Protective security; Access control; Communications; Fire, Intrusion and X-ray detection systems; ID Control (Issue & Receive); Emergency support; and Enforcement of law, rules, regulations, policies and procedures. Performance period is base year ( 1 Oct 10 to 3 Sep 11) plus 4 one year option periods for total of 5 years. Site Visit: A A site visit was held at FEMA Olney Federal Support Center (OFSC) located at 5321 Riggs Road, Gaithersburg, Maryland at 10:00 AM on 24 Aug 2010 for the purpose of answering questions regarding this solicitation. Technical submissions should not exceed 25 pages. Selection will be made on a best value basis. Technical Evaluation Factors, when combined, are more important than Price. In their technical submissions, offerors should address, in detail, the following Technical Evaluation Criteria, against which they will be evaluated. The following Technical Evaluation Criteria are listed in descending order of importance: 1. Technical Experience, Capability and Approach - Offerors should submit a list of prior projects they have performed, similar in scope, size and complexity to this Statement of Work. Offerors should describe their technical capabilities, and resources to perform this Statement of Work, including discussion of qualified personnel. Offerors should also discuss their technical and management approach to successfully perform this effort. 2. Past Performance - Offerors should provide a brief, written description of all relevant work performed in the past five years. Submissions should include the client's name, organization, address, telephone number, e-mail address, contract number, dates of performance, and dollar amount. A maximum of five past performance references may be submitted. FEMA may evaluate Past Performance by contacting those references, as well as through other sources available to the Government. Past performance information will be evaluated on quality, timeliness, cost control, management, responsiveness and overall satisfaction. 3. Quality Control Plan - Offerors should submit a Quality Control Plan that demonstrates their understanding of the Statement of Work, and sufficient controls and mechanisms in place for successful monitoring of the scheduled shifts for each guard. 4. Schedule - Offerors should provide a draft schedule of the proposed shifts for this effort. PRICE: Offerors should complete the pricing schedule provided with the RFQ, identifying proposed firm-fixed pricing (monthly) for each year of the contract for the basic Security Guard Services described in the Statement of Work (Line Items 0001, 0002, 0003, 0004 and 0005 of the Price/Cost Schedule in Section B). Offerors should provide fully loaded, fixed price, hourly rates for Temporary Additional Security Guard Serivces (TASS) (Line Items 0001A, 0002A, 0003A, 0004A and 0005A). The Government will establish a Not To Exceed (NTE) ceiling for TASS services, which will only be paid if performed. Technical and price shall be separate documents and the technical information must not contain any reference to price. As prescribed in 12.301(b)(4), insert the following clause: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JUL 2010) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (15 U.S.C. 637(D)(2) AND (3)). 52.222-3 CONVICT LABOR (JUNE 2003) (E.O. 11755). 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JUL 2010) (E.O. 13126). 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999). 52.222-26 EQUAL OPPORTUNITY (MAR 2007)(E.O. 11246). 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) (E.O.'S, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF THE TREASURY). 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT. 2003)(31 U.S.C. 3332). 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)(5 U.S.C. 552A). Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (AUG 2009). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor's online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. All communications in reference to this solicitation should be directed to Rafael Taylor, Contracting Officer, who may be contacted by email at Rafael.Taylor@dhs.gov. TELEPHONE INQUIRES WILL NOT BE ACCEPTED. Questions regarding this requirement shall be submitted by 12:00 PM Eastern Friday 20 Aug 2010 at email Rafael.taylor@dhs.gov. The Government will make every attempt to answer questions which will not automatically result in the extension of the due date for receipt of quotes. The Government cannot guarantee the answers will be issued at least 3 calendar days before the quote due date and time. All questions and their respective answers will be made available in the form of an amendment to this announcement. Quotes are due electronically via email to Rafael Taylor at Rafael.taylor@dhs.gov by 2:00 pm Eastern on Friday, 8/27/10. Quotes that are not received electronically will not be accepted as hard copy. If you desire to submit a hard copy, even though not mandatory, submit original plus 2 copies of the technical quote and original plus 2 copies of the price quote by 2:00 PM Eastern on Friday, 8/27/2010. The quote should show the hour and date specified in the solicitation for receipt, the solicitation number and the address of the offerror on the face of the quote. As with the electronic copy, the hard copy must be submitted to the issuing office by no later than 2:00 pm Eastern on Friday 8/27/10. The issuing office and place designated for receipt of proposals is: Federal Emergency Management Agency Mt. Weather Emergency Operations Center Bldg. 772, Room 210 Attn: Rafael Taylor, Contracting Officer 19844 Blue Ridge Mountain Road Mt. Weather, VA 20135-2006 Marking on Envelopes, Boxes or submission material: To ensure that your proposal arrives at the proper place on time, and to prevent opening by unauthorized individuals, the proposal must be identified as follows: Quote Submitted in Response to RFQ: HSFEMW-10-Q-7001 Contract Officer: Rafael Taylor Due Date: Aug 27, 2010, 2:00 PM EST Page Limitation: The following page limitations are established below for the quotes submitted in response to this solicitation: Technical Quote-25 pages, Price Quote-No Limit. The quote limitation does not apply to the following: title pages, table of contents; index pages; divider tabs; the price quote, cover letter,resumes, offeror's provisions and letter of intents. Offerors must use 8 ½ inch by 11 inch white paper for its quote. The Technical quote shall have a margin of not less than ¾ inch surrounding the printed body. Font shall be no smaller than 11 point, Times New Roman or Courier New. Mailroom procedure: Offerors are responsible to ensure that submission packages are properly marked with the address information mentioned above. Hand deliveries: If your quote is hand delivered, adequate time should be allowed to establish contact with the contracting officer. It is suggested that offerors make contact with the Contracting Officer, Rafael Taylor, 540-542-2832 one business day prior to delivery of award. NOTICE OF AWARD: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-Q-7001/listing.html)
 
Place of Performance
Address: DHS/FEMA, OLNEY FEDERAL SUPPORT CENTER, 5321 RIGGS RD, GAITHERSBURG, Maryland, 20882, United States
Zip Code: 20882
 
Record
SN02231372-W 20100808/100806234825-e2afc53080d0e438852eb1474ae20b01 (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.