Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2002 FBO #0314
SOLICITATION NOTICE

R -- BORDER PATROL AND LAW ENFORCEMENT OF GOVERNMENT RESTRICTIVE EASEMENT AREA AT STENNIS SPACE CENTER

Notice Date
10/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
13-SSC-Q-03-02
 
Archive Date
10/10/2003
 
Point of Contact
Ann Sharpe, Sr. Contract Specialist/Contracting Officer, Phone (228) 688-3353, Fax (228) 688-1141, Email ann.sharpe@ssc.nasa.gov - Ann Sharpe, Sr. Contract Specialist/Contracting Officer, Phone (228) 688-3353, Fax (228) 688-1141, Email ann.sharpe@ssc.nasa.gov
 
E-Mail Address
Email your questions to Ann Sharpe
(ann.sharpe@ssc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/SSC intends to purchase the required services from the Hancock County Sheriff's Department on a noncompetitive bases as the law enforcement services requirements are available from only one source. The requirement is for border patrol and law enforcement of Government restrictive easement area at Stennis Space Center, for a base period and four additional option periods, for an over-all period of performance if all options are exercised ending on/about 9/30/2007. CLIN 1. Covers period ending 9/30/2003; CLIN 2. Option Period 1, 10/1/2003-9/30/2004; CLIN 3. Option Period 2, 10/1/2004-9/30/2005; CLIN 4. Option Period 3, 10/1/2005-9/30/2006; and CLIN 5. Option Period 4, 10/1/2006-9/30/2007. DESCRIPTION OF REQUIREMENTS shall include the following: Contractor shall furnished all required personnel, facilities, equipment and materials necessary to assist inprotecting the Government's interest in the Stennis Space Center (SSC) Buffer Zone. This patrol service shall minimally include duties: (a) patrol approx. 250 miles of roads in Buffer Zone, a minimum of 24 hours a day, seven days a week, service above normal routine patrols provided by County Sheriff's Dept., (b) discourage individuals from overnight camping, or otherwise residing, or violating the terms of the Government's restrictive easement; (c) provide escort and support services to U.S. Corps of Engineers for enforcing restrictive easement; (d) report to the U.S. Corps of Engineers, Mobile District, and to the COTR any violations of Government's restrictive covenants; (e)also report to the COTR (1) any damage to Government property, including cutting of fences and damage to signs in the Zone; (2) any cutting of timber and any dumping of trash on SSC property within the Zone that is observed by the patrol; (f) maintain contact with private individuals owning property in the Zone and personnel living in local communities, and report any instance of unrest or dissatisfaction that may be caused by misunderstanding of NASA's role and responsibilities; (g) maintain 24-hour per day radio service with the Hancock County Sheriff's Office and with the SSC Security Guard Force, so long as the Sheriff's Office has 24-hour radio operators; (h) other duties, if any, shall be as the Contracting Officer may direct or request, subject to written approval by the Hancock County Board of Supervisors; (j) Documentation shall be submitted to the COTR, and a copy to the Contracting Officer (CO), no later the the fifth working day of each month, a formal written report covering all activities during the previous month which have occurred in the SSC Buffer Zone; (k) Additional written reports may be required on specific incidents as requested by the COTR. Vehicles required for the patrol service may be provided as Government Furnished Equipment. OPTION TO EXTEND SERVICES The Government may require continued performance of any services within the limits and at the rates specified. The Contracting Officer may exercise the option by written notice to the Contractor anytime prior to contract completion. AUTHORIZED CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COTR): NASA/SSC's Security Officer is hereby designated the authorized COTR under resulting award. The provisions and clauses in the RFQ are those in effect through FAC 2001-09. The NAICS Code and the small business size standard for this procurement are 561612 and $10.5 million revenue, respectively. The quoter shall state in their quotation their size status for this procurement. Interested parties may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 4:30 p.m. local time on 10/24/2002. Such capabilities/qualifications will be evaluated solemly for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. Services are required to begin performance upon award, with an anticipated effective date of 11/1/2002. The DPAS rating for this procurement is DO-S10. Quotations for the items(s) described above are due by 10/24/2002, 4:30 p.m. and may be mailed or faxed to Ann Sharpe, Code DA20, Building 1100, Room 129, Stennis Space Center, MS 39529-6000, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.233-3, 52.247-34; NFS Clauses 1852.204-74, 1852.225-70, 1852.233-70, 1852.223-70, and 1852.223-75 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 10/18/2002. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; Evaluating Options - The Government will evaluate the options based on the maximum amount of support that could be obtained should the Government exercise all of the options, other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offeror(s) provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=64 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#103442)
 
Record
SN00186326-W 20021012/021010213533 (fbodaily.com)
 
Source
FedBizOpps.gov 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.