Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

R -- PROFESSIONAL SECURITY SERVICES

Notice Date
January 30, 2001
Contracting Office
Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
ZIP Code
22219-0244
Solicitation Number
S-LLMAQM-01R-0046
Response Due
March 8, 2001
Point of Contact
Mike Larson (703) 875-6672 or facsimile (703) 516-1763
Description
This announcement is for a competitive 8(a) award. The U.S. Department of State (DOS), Bureau of Diplomatic Security (DS) is seeking a qualified 8(a) firm to provide physical security, financial management, and adequate support services. The proposed award will be an Indefinite Delivery Indefinite Quantity, Labor Hours contract with a duration of one base year plus four option years. The solicitation is available electronically on the Department of State Website. Requests for solicitation will not be accepted. Proposals will be due on March 8, 2001. All contractor personnel must have a SECRET security clearance with the ability to obtain a TOP SECRET security clearance. Any firms forming joint ventures for the purpose of responding to this solicitation must also meet this requirement. Complete proposal instructions are listed in the solicitation. The SIC for this award is 7382. The following tasks are to be performed for this contract: (a) Physical Security assist in the overall review of the physical security policies and procedures of the Department of State to ensure that adequate safeguards are provided to overseas missions and personnel. Conduct on-site reviews to assess the quality of guard services provided by the commercial firms that are contracted to the Department of State. (b) Financial Management participate in the overall management of the program to include budget preparation, review of funding passbacks, determinations of overall program needs versus funds availability, allocation of funds, preparation of statistics, monitoring the disbursement of funds, program and financial field reviews, and field auditing of programs. (c) Contract plan, organize, coordinate and evaluate contract actions in support of the local guard, residential security, explosive detection and surveillance detection programs. Advise post personnel in the preparation of local guard contracts. (d) Support Staff provide necessary administrative and clerical personnel to support the contractor's requirements/functions. The prospective contractor is to provide the following estimated numbers of key personnel at contract commencement: Senior Financial Officer (1), Financial Management Officer (5), Security Project Officer (11), Security Program Assistant (1), Contract Specialist (3), Data Technician (2). The prospective contractor is also to provide the following estimated numbers of non-key personnel at contract commencement: Executive Level Secretary (1), Support Staff (2). The complete qualification requirements for all key and non-key personnel are listed in the solicitation. Award will be made to the firm offering the Best Value to the Government considering technical merit and price. As technical merit of the offerors' proposals become more equal, the evaluated cost or price may become the determining factor. In the event that further evaluation of price or cost is warranted, Best Value will be determined by tradeoffs between technical merit and price or cost that promises the greatest value to the Government. Offerors lacking relevant past performance shall receive a neutral evaluation. For purposes of this situation "neutral" is defined as 70 percent of available past performance points. In the case of technically acceptable identical offerors, preference will be given to the offeror with relevant past performance. In evaluating the offerors proposed price, the Government will determine whether the proposed prices are realistic and reasonable in relationship to the solicitation and the technical proposal. TECHNICAL EVALUATION CRITERIA: Total Possible Points: 240. Factor 1. Technical Capabilities, Points Possible: 170. Subfactor 1(a): Performance Schedule: The offeror is to demonstrate its ability to meet the staffing requirements of this contract and provide a schedule for when all key personnel and additional employees shall be available to work under this contract. The schedule shall state the time period (days, weeks, etc.) from date of award. The Government requires that all key personnel be employed or in place within thirty calendar days and the remaining contract personnel within sixty calendar days from date of contract award. (NOTE: ALL PERSONNEL WORKING ON THIS CONTRACT SHALL HAVE SECURITY CLEARANCES AT THE SECRET LEVEL AND BE ABLE TO OBTAIN TOP SECRET CLEARANCES, IF NECESSARY.) Points Possible: 10. Subfactor 1(b): Key Personnel: The offeror shall demonstrate availability and experience of key personnel who possess the skills and meet the technical and educational requirements outlined in the Statement of Work. To demonstrate the offeror's capability to provide appropriate key personnel, resumes will be required. Actual personnel proposed shall be indicated. Resumes shall include information in sufficient detail to establish that personnel meet the minimum educational skills and experience levels set forth in Section C.5.2.b. The accuracy of each resume submitted shall be verified by that employee signing and dating the resume. If the offeror proposes personnel that are not currently employees of the offeror, then the offeror shall provide a signed copy of a letter of intent. Points Possible: 150. Subfactor 1(c): Non-Key Personnel: The offeror is to demonstrate the availability and experience of non-key personnel who possess the skills and meet the technical and educational requirements outlined in the Statement of Work. To demonstrate the offeror's capability to provide the appropriate non-key personnel, resumes will be required. Actual personnel proposed shall be indicated. Resumes shall include information in sufficient detail to establish that personnel meet the minimum educational skills and experience levels set forth in Section C.5.2.b. The accuracy of each resume submitted shall be verified by that employee signing and dating the resume. If the offeror proposes personnel that are not currently employees of the offeror, then the offeror shall provided a signed copy of a letter of intent. Points Possible: 10. Factor 2: Management Plan: Points Possible: 10. The management plan must identify and define the program organization and team, the reporting paths and levels of authority, management methods that the offeror will utilize for the technical and administrative management and execution of the proposed contract. Points Possible: 10. Factor 3: Corporate Qualifications and Experience: Points Possible: 60. The offeror is to address each of the following subfactors: Subfactor 3(a): Corporate Organizational History: Offerors shall provide a corporate organizational history and show how it relates to the offerors ability to perform the requirements of this contract. Points Possible: 10. Subfactor 3(b): Offerors shall provide an organizational structure and show how it relates to the overall corporate structure. The organizational position and authority of the Program Manager within the overall corporation shall be highlighted. Points Possible: 10. Subfactor 3(c): The Department of State will evaluate each offeror on its performance, and that of significant subcontractors or affiliates, if any, under existing or prior contracts for services. The Department will use past performance information in making responsibility determination and to assess the capabilities of the offerors in order to assure the selection of the proposal offering the greatest value to the Government. The Government will inquire into the past performance of the offeror, and its proposed significant subcontractors or affiliates, if any, as such performance relates to the solicitation requirements. The Government will focus on information that demonstrates the quality of performance. In particular, information on the following areas of contract performance will be collected and evaluated: 1) Conformance to specifications and standards of good workmanship, 2) Adherence to contract schedules, 3) Compliance with the terms and conditions of the contract, 4) Contract cost management, and 5) General business conduct and business-like concern for the customer. Points Possible: 40. All questions pertaining to this solicitation must be in writing to Mike Larson and may be submitted by fax at (703) 516-1763 or email to larsonms@state.gov. The telephone number for Mike Larson is (703) 875-6672. The solicitation is available and can be downloaded on the Department of State web site: www.statebuy.com. Go to "U.S. State Department Business Opportunities" and select S-LMAQM-01-R-0046. All possible future amendments will also be issued at this website. Proposals must be received no later than 4:00 P.M. local time on March 8, 2001. U.S. Postal mailing address: Department of State, Attn: Mike Larson, A/LM/AQM/WWD/SB, Room 528, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Delivery address for Express Mail or Courier: Department of State, Attn: Mike Larson, A/LM/AQM/WWD/SB, Room 528, 1701 N. Ft. Myer Dr., 17th Street entrance, Arlington, VA 22219. (The U.S. Postal Service does not deliver to the 1701 N. Ft. Myer address).
Record
Loren Data Corp. 20010201/RSOL019.HTM (W-030 SN50C2F3)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com