DOCUMENT
R -- ARMED GUARD SERVICES - ATTACHMENT J.3 - RFP DOL089RP20589 - ATTACHMENT J.2 - ATTACHMENT J.6b - ATTACHMENT J.6a - ATTACHMENT J.1 - ATTACHMENT J.5 - ATTACHMENT J.4
- Notice Date
- 8/14/2008
- Notice Type
- ATTACHMENT J.4
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001
- ZIP Code
- 20210-0001
- Solicitation Number
- DOL089RP20589
- Response Due
- 9/15/2008
- Point of Contact
- Gene E. Kippins,, Phone: 202-693-4570, Marissa G. Delacerna,, Phone: (202) 693-4570
- E-Mail Address
-
kippins.gene@dol.gov, delacerna.marissa2@dol.gov
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION The U.S. Department of Labor (DOL), Office of the Assistant Secretary for Administration and Management (OASAM), Security Center is soliciting competitive proposals for armed security guard services in support of the DOL headquarters facilities, Washington D.C. This is an Open Market Buy - 100% Small Business Set-Aside requirement. The applicable North American Industry Classification System (NAICS) code is 561612, Security Guards & Patrol Services with a size standard of $17 million. Depending on the facility guard post location and operational need, a guard post is defined as one (1) armed guard or more for up to twenty four (24) hours per day, seven (7) days per week. Major Duties and Responsibilities The Contractor shall provide the materials, supplies and equipment (except as otherwise provided), and shall plan, schedule, coordinate, and assure effective completion of all services described within. Guard services shall include facility access and visitor control (access control limiting entry to only authorized personnel or visitors); general security duties such as the prevention of unauthorized access, prevention, protection and or deterrence of criminal attacks against employees, terrorist acts against all US assets and damage to Government property; the operation of walk-through metal detectors, hand-held detectors; monitoring intrusion detection systems and devices; conducting roving security patrols, supervision of guard personnel, temporary additional services, training and managing guard personnel. The Contractor shall furnish managerial, management, supervisory, administrative, direct labor personnel, and subcontractors (if applicable), to accomplish all work as required in the contract. This is a follow-on contract requirement. The incumbent contractor is Coastal International Security, Inc., Surfside Beach, South Carolina. DOL intends to award a firm fixed price (FFP) contract with a twelve (12) month base period and four (4) twelve (12) month option periods to be exercised at the discretion of the Government. Completed background investigations are required. Security clearances are not required. The anticipated contract start date is November 15, 2008. Collective Bargaining Agreements (CBA) In accordance with Section 4c of the Service Contract Act (SCA) of 1965 as amended, the wage rates and monetary fringe benefits of a predecessor contractor's CBA are enforceable under the Act for the following contract period (first year of the new contract only). Timely CBA Submission For a CBA to have standing (be enforceable) under the SCA, the contractor must provide the new and or revised CBA to the contracting agency in a timely manner (see FAR 22.1012-3 or 22.1012-5). If a CBA is not received timely, a CBA ED should not be created or revised at WDOL.gov or otherwise obtained through the E98 system. The Contractor is not entitled to a price adjustment arising from a CBA that was submitted untimely, since the SCA provisions of the Government contract did not require the increases. RELATED INFORMATION AND INSTRUCTIONS Interested parties are strongly urged to register at the Federal Business opportunities web site, FedBizOpps at www.fbo.gov to receive the solicitation and monitor the site frequently for amendments or other information. This solicitation may be accessed and downloaded at www.FedBizOpps.gov. Paper, email, mailed and or fax copies of the solicitation will not be provided. Collect calls and or telephone requests will for the solicitation will be accepted. Responsibility for obtaining the solicitation rests solely with the potential offerors. The solicitation will include all necessary information and instructions. All future Information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Questions for clarification will be accepted via electronic mail no later than (NLT) Friday, August 22, 2008 only to this email address: Kippins.gene@dol.gov This is necessary to allow replies/responses to be posted/published on FedBizOpps at www.fbo.gov by close of business (COB) on or about Friday, August 29, 2008 The closing date for the receipt of proposals is not later than (NLT) Monday, September 15, 2008 at 1:30 PM Eastern Standard Time (EST). All responsible sources may submit an offer, which shall be considered. In accordance with FAR clause 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), and to be eligible for award, offerors must have a current, valid registration in the Central Contractor Registration (CCR) database. To register or update your firm's profile, see the Government's website at http://www.ccr.gov. Please note that information contained herein is subject to change and does not bind the Government to any action or responsibility for any costs arising from proposal preparation or other efforts resulting from this notice. Questions may be emailed to Kippins.gene@dol.gov. CONTACT AND PROPOSAL DELIVERY INFORMATION Offerors responding to this solicitation shall mail or deliver four (4) copies of the technical and price/cost proposals and one compact disk (CD) copy version all in MSWord format to the following address: Mr. Gene E. Kippins RFP# DOL089RP20589 Office Of Procurement Services (OASAM) U.S. Department of Labor (DOL) 200 Constitution Avenue, NW, Room S-4307, Washington, DC 20210-0001. In accordance with FAR clause 52.204.7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), all contractors doing business with the federal government must be registered in the Central Contractor Registration (CCR) database prior to any award. To register or update your firm's profile, see the government's website http://www.ccr.gov. Contracting Office Address: 200 Constitution Avenue, NW, RM S-4307 Washington, District of Columbia 20210-0001
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53ef31ce2d975bf4993aeaecf02a6b1d&tab=core&_cview=1)
- Document(s)
- ATTACHMENT J.4
- File Name: ATTACHMENT J.3 - EXHIBITS (J.3 Exhibits - GUARD SERVICES - 08142008F.doc)
- Link: https://www.fbo.gov//utils/view?id=002b34a43fe5a07a636801b7652b8db8
- Bytes: 1,082.00 Kb
- File Name: RFP DOL089RP20589 - GUARD SERVICES SOLICITATION PACKAGE (RFP - SF33 - Armed Guard Services 08142008F.doc)
- Link: https://www.fbo.gov//utils/view?id=32409ae3ffd623c648ef2113e5fc094d
- Bytes: 522.00 Kb
- File Name: ATTACHMENT J.2 - PRICE PROPOSAL TABLE (J.2 - Price Proposal Table - 08142008.doc)
- Link: https://www.fbo.gov//utils/view?id=884f5ba2ea7136e4ef894d133535583c
- Bytes: 129.50 Kb
- File Name: ATTACHMENT J.6b - COLLECTIVE BARGAINING AGREEMENT (CBA) - (SCA, SECTION 4c) (J.6b - CBA NUPSA - CIS - 2004-2007 dated 12142004 - 08142008F.pdf)
- Link: https://www.fbo.gov//utils/view?id=2b1b4b2d8aebdcf1a2dc5aabe8a41e80
- Bytes: 2,242.38 Kb
- File Name: ATTACHMENT J.6a - COLLECTIVE BARGAINING AGREEMENT (CBA) ADDENDUM - (SCA, SECTION 4c) (J.6a - CBA ADDENDUM - NUPSA - CIS dated 11142007 - 08142008F.pdf)
- Link: https://www.fbo.gov//utils/view?id=77c988fdaefd8b0ad2076df7341bc8ff
- Bytes: 207.95 Kb
- File Name: ATTACHMENT J.1 - STATEMENT OF WORK (SOW) (J.1 - SOW - GUARD SERVICES REQUIREMENTS - 08142008F.doc)
- Link: https://www.fbo.gov//utils/view?id=9b48952ed93db3317453e01e4c4e8c05
- Bytes: 348.50 Kb
- File Name: ATTACHMENT J.5 - WAGE DETERMINATION - 2008-0288 (J.5 - WAGE DETERMINATION NO. - 2008-0288 - 08122008.pdf)
- Link: https://www.fbo.gov//utils/view?id=84e902d0ec42bc01b9a515e7b14edd8d
- Bytes: 25.62 Kb
- File Name: ATTACHMENT J.4 - PAST PERFORMANCE SURVEY (J.4 - PAST PERFORMANCE SURVEY AND INSTRUCTIONS - 08142008.doc)
- Link: https://www.fbo.gov//utils/view?id=4c4e54cbe0b694e85e72be073a3ec1e4
- Bytes: 93.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: ATTACHMENT J.3 - EXHIBITS (J.3 Exhibits - GUARD SERVICES - 08142008F.doc)
- Place of Performance
- Address: Department of Labor, Office of the Assistant Secretary for Administration and Management, 200 Constitution Avenue, N.W., WASHINGTON,, District of Columbia, 20210, United States
- Zip Code: 20210
- Zip Code: 20210
- Record
- SN01640257-W 20080816/080814222406-53ef31ce2d975bf4993aeaecf02a6b1d (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 |