Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

S -- CDP Armed Guard Security Services - HSFEEM-12-R-0004

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-12-R-0004
 
Archive Date
3/15/2012
 
Point of Contact
Stephen C. Gibson, Phone: 2568472264
 
E-Mail Address
stephen.gibson@dhs.gov
(stephen.gibson@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
OF 178 Certificate of Medical Examination APOSTC 50 Round Basic Police Handgun Course Contract Guard Supervisor Training Contract Guard Advanced Training Subjects Contract Guard Basic Training Subjects Work Attire/Uniform Policy GSA Vehicle List Contractor Employee Reliability Program (CERP) Standards Document Government Furnished Property Past Performance Questionnaire CDP Site Map DoL Wage Determination Statement of Work Request for Proposal In accordance with Federal Acquisition Regulation (FAR) Part 5, this synopsis is for armed guard security services for the Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP) located in Anniston, AL. The Acquisition Operations Division/Preparedness Branch intends to award a firm-fixed -price contract award under the authority of FAR Part 15. The objective of this procurement is to obtain reliable, efficient, and effective armed guard security services. No Solicitation or Request for Proposal (RFP) is available at this time. This competitive acquisition is a full and open unrestricted competition. The competitive solicitation, all amendments, and any questions and answers related to this procurement will be made available via the Internet at http://www.fedbizopps.gov on or about January 09, 2012, with proposals being due about 30 days later. It is the responsibility of interested firms to monitor this Internet site ( www.fedbizopps.gov ) for the release of this solicitation as well as any amendments. The solicitation will be issued without further notice. The NAICS code is 561612. The Small Business Size Standard for this NAICS is $18.5 million. This pre-solicitation notice does not commit the Government to the issuance of a solicitation or award of a contract. No paper copies of the solicitation will be available. No phone calls or facsimile transmissions will be accepted. A firm-fixed-price award is anticipated. Award will be based on best value using tradeoffs. The Period of Performance is estimated as follows: a 2-week transition period followed by 11 1/2 months of services for the base period. The contract will also include four (4) 12-month option periods. The anticipated contract start date is May 01, 2012. The Center for Domestic Preparedness (CDP) is a federal entity (a component of the National Preparedness Directorate (NPD), Federal Emergency Management Agency (FEMA), Department of Homeland Security (DHS)) and is the designated federal training center engaged in preparing emergency first responders, emergency management officials, state and local community leaders and managers, plus federal, private section and international first responders on a spaceavailable basis, to combat terrorism including response to weapons of mass destruction and hazardous materials incidents. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention, response to and recovery from Weapons of Mass Destruction (WMD) and hazardous materials incidents. The CDP occupies six major areas of the former Fort McClellan, Alabama. They are: (1) CDP Responder Main Complex; (2) CDP Training Complex; (3) CDP Responder Lodging Complex; (4) CDP Warehouse Complex; (5) the Noble Training Facility; and, (6) the Chemical, Ordnance, Biological, and Radiological Training Facility (COBRATF). This statement of work encompasses all activities required to provide Armed Guard Security Services within the CDP enclaves. The contractor shall provide properly qualified, trained, licensed, armed and certified personnel, their uniforms, equipment, tools, materials, supervision and other items and services except such equipment and supplies as provided by the Government necessary to: (1) plan for, and (2) provide continuous (24 hours per day, 7 days per week) static post and roving patrol armed security services to protect the CDP enclaves. The contractor must also plan for and participate in site security surveys and inspections; provide operation and monitoring of the CDP security closed caption television (CCTV) and intrusion detection systems (IDS); monitor fire alarm systems; and participate in planning for and execution of CDP and COBRATF Emergency Response Exercise (ERP) actions. The Contractor shall have knowledge and experience in implementing and managing a personnel reliability program at a surety site, chemical or nuclear, which is a critical evaluation factor for award. The Contractor Employee Reliability Program (CERP) is a requirement of the CDP's chemical surety program. The intent is to ensure that all FEMA and contractor personnel who have access to chemical agents at the COBRATF meet and maintain the highest standards of reliability. It is a zero defect/tolerance program. To be let into and maintain CERP status, which must be monitored continuously, there can be no behavioral, medical, financial, personal conduct, or other personal dis-qualifiers. Most armed and unarmed security service providers do not have this specific requirement nor any experience in implementing and maintaining the stringent screening and continuous oversight inherent and absolutely required for this program. The only place that experience can be obtained is at an active chemical or nuclear surety site. The COBRATF is unique in that it is the world's only toxic chemical agent training facility for civilian responders. The significance to this acquisition is that the security force contractor is responsible for protecting the chemical agent. Failure is not an option, so learning as you go is not acceptable. The security provider must already have the chemical surety/security program experience before being selected. The incumbent contractor for this requirement is G4S Government Solutions Inc., under contract HSHQSL-07-C-00001. All inquires and responses shall be submitted by email to Stephen Gibson, Contract Specialist, DHS/FEMA, Emmitsburg, MD. E-mail address: stephen.gibson@fema.dhs.gov. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-12-R-0004/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN02664574-W 20120202/120131234808-04978240ba3f6b7b64633bca6c408247 (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.