SOURCES SOUGHT
S -- Guard Services Suva Fiji U.S. Small Businesses - Associated Documents
- Notice Date
- 2/17/2010
- Notice Type
- Sources Sought
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- Suva_Fiji_Local_Guard_Program
- Point of Contact
- Larry A. Pruitt, Phone: 5713452359, Kelly M Bracey, Phone: 703-875-6298
- E-Mail Address
-
PruittLA@state.gov, braceykm@state.gov
(PruittLA@state.gov, braceykm@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Information Sheet in Microsoft Word 2007 format This sources sought announcement is for the purpose of conducting market research to determine the degree of interest and capabilities of U.S. Small Businesses in providing non-commercial security services in Suva, Fiji. The Department of State intends to solicit and award a time and materials contract, with firm-fixed price and cost reimbursable elements, for local guard services, on behalf of the U.S. Suva, Fiji. The NAICS code for these services is 561612. BACKGROUND The DOS, Bureau of Diplomatic Security (DS) plays an essential role in ensuring that foreign policy missions are accomplished in a safe and secure environment. DS accomplishes this objective by making the protection of people, information, and property its top priority. DS develops and implements effective security programs to safeguard Foreign Service personnel as they implement foreign policy and promote U.S. interests around the world. The protection of life is the most critical element of the DS mission, and is an absolute requirement for the global conduct of foreign affairs. MISSION AND GOALS The primary mission of the local guard service is to provide protection for United States personnel, facilities and equipment from damage or loss due to violent attack and theft. The local guards act as an early warning signal to the U.S. Embassy and the Regional Security Officer (RSO). The local guard force also will carry out specific actions as described in the General Orders and individual Post Orders. The local guard services shall prevent unauthorized access; protect life; maintain order; deter criminal attacks against employees; dependents and property and terrorist acts against all U.S. assets, and prevent damage to Government property. SPECIFIC TASKS Guard services provided under this contract include but are not limited to: controlling access to the facilities; protecting human life; maintaining order; and resisting criminal attacks against mission personnel, visitors, and family dependents. The Contractor shall provide roving foot patrols and vehicle patrols of the Embassy compound. The Contractor shall be responsible for responding to intruder alerts and for notifying the RSO, Embassy personnel, as well as local police and fire authorities. The anticipated period of performance is one base year and four one-year options, which shall be exercised at the sole discretion of the Government. LABOR CATEGORIES The Contractor shall provide local guard services in accordance with the Performance Work Statement. The Contractor shall be required to provide two types of services; (1) Standard, and (2) Additional or Emergency. The following chart provides the required labor categories and estimated hours each category will be required to man. All Contractor personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor, including checks on employment history, criminal record, residence, and credit. Additionally for employees who will operate vehicles in performance of these services, the individual’s driving record will also be reviewed. The U.S. Government will certify suitability of all Contractor personnel for employment under this contract. Estimated Annual Ceiling Hours By Category Standard Services Labor CategoryEstimated QuantityUnit Guard Force Commander 2,080hrs Supervisor 8,760hrs Senior Guard 48,740hrs Guard 91,870hrs Total Standard Service 151,450 Additional or Emergency Services Guard Force Commander 63hrs Supervisor 263hrs Senior Guard 1,462hrs Guard 2,756hrs Total Additional & Emergency 4,544 FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. The option clause may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the performance period of the contract. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a)The Government may extend the term of this contract by written notice to the Contractor within the performance period of the contract or within 30 days after funds for the option year become available, whichever is later. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c)The total duration of this contract, including the exercise of any options under this clause, shall not exceed a base year plus four option years (66 months, to include FAR 52.217-8 Option to Extend Services (NOV 1999)). FAR 52.237-3 Continuity of Services (JAN 1991) (a)The Contractor recognizes that the services under this contract are vital to the government and must be continued without interruption and that, upon contract expiration, a successor, either the government or another Contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b)The Contractor shall, upon the contracting officer’s written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the contracting officer’s approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c)The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d)The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. FAR 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) FAR 52.216-29 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS – NON-COMMERCIAL ITEM ACQUISITION WITH ADEQUATE PRICE COMPETITION (FEB 2007) Responses must clearly demonstrate capabilities through examples of previous and/or current guard security contracts or experience closely related thereto. Vendors must specifically address the following capabilities: •Knowledge of and compliance with host country labor law which may require bonuses, specific minimum wage levels, premium pay for holidays, payments for social security, pensions, severance pay, sick or health benefits, childcare or any other benefit •Knowledge of and compliance with host country tax law •Ability to obtain all pertinent permits, licenses, and work authorizations in compliance with host country law required for the execution of work, including firearms permits and licenses •Ability to provide all types of insurance coverage required by host country in performance of services, such as automobile liability, comprehensive general liability, worker’s compensation, employer’s liability, etc. •Furnishing, operating, and maintaining a radio network, including acquiring all licenses and permits that may be required for frequencies and the operation of all communications equipment •Familiarity or experience with associated security equipment such as Guard Electronic Monitoring System (GEMS), Central Alarm Monitoring systems (CAMS), closed-circuit television systems, x-ray and explosive detection equipment •Furnishing guard force equipment such as uniforms, vehicles, and weapons •Ability to overcome language barriers Guard positions require a minimum Level 1 English language proficiency, able to satisfy minimum courtesy requirements and maintain very simple face-to-face conversations on familiar topics. Key personnel require a minimum Level 3 English language proficiency, which requires and ability to use the language fluently and accurately on all levels normally pertinent to professional needs. •Capability of instructing, providing, and qualifying personnel in the use of firearms, as well as x-ray equipment and radio equipment, including obtaining the access to a firearm training facility •Ability to maintain a guard staff on a 24 hour 7 day a week basis with the ability to immediately backfill vacant positions due to resignations, rotations and illnesses due to a variety of reasons such as flu and food poisoning •Capability of dealing with organized actions by direct labor personnel such as strikes (anticipated and unanticipated) and labor unrest (work slowdowns and/or organized failure of employees to report for shift changes) •Ability to hire and train, including English language training and weapons training, if required, a guard staff consisting of host country nationals •Ability to provide trained equipment technicians for all vehicles, radios and weapons required in the performance of the contract •Ability to train a sizeable workforce to adapt quickly to unfamiliar laws and customs as well as the ability of company officials to gain quickly information regarding the laws and customs needed to maintain and equip such a workforce •Experience or capability of getting contractor-furnished equipment and goods through customs and/or similar governmental agencies of the host country •Understanding import and export regulations •Understanding and familiarity of the Arms Export Control Act (AECA) and International Traffic in Arms Regulation (ITAR) and the capability of complying with both by the performance date of any contract awarded requiring the execution of this Statute (22 U.S.C. 2778-2780) •Managing smooth contract transition efforts. •Ability to safely keep and track Government-Furnished Property •Ability to screen personnel to meet suitability requirements for guard force positions •Strong skill in instant, situational decision-making, e.g., response to threats •Organized billing and invoicing procedures The Government plans to issue the solicitation in or After April 2010 at the FedBizOpps site through a separate synopsis. No paper copies will be mailed. All announcements and amendments made to this solicitation will be posted to FedBizOpps, to receive updates, click the link for “Register to Receive Notification.” [Note – This statement could be revised to read as follows: If a solicitation is issued it will be posted on the FedBizOpps website and not paper copies will be mailed. All announcements and amendments made to this solicitation will be posted to FedBizOpps.] The approximate acquisition schedule is as follows: the synopsis will be posted for approximately fifteen (15) days then the solicitation will be posted and the Question and Answer (Q&A) period begins, the solicitation will be open for sixty (60) days and proposals must be received by close of the sixty (60) days, award will be made approximately forty-five (45) days after proposal submission. All dates are subject to change, Offerors will be notified by amendment to the solicitation posted on FedBizOpps. A site visit at the U.S. Embassy Suva, Fiji will be tentatively scheduled for 21 calendar days after the solicitation is posted on FedBizOpps, a firm date will be announced at the time the solicitation is posted. Offerors are responsible for all travel arrangements, local transportation, and accommodations in Suva. Due to space limitations, only two representatives from each firm will be allowed to attend the site visit. Do not contact embassy officials or personnel pertaining to the site visit, Direct all related questions by email to the Contract Specialist listed below. It is requested that all interested parties submit their capabilities by e-mail addressing each of the above requirements by 5:00 pm EST, March 10, 2010. Interested parties shall also complete the Contractor Information Sheet which is attached. •Cover Letter •Brief Introduction •Company Overview •Responses Required by SAA •Past Performance Information •Summary Remarks In accordance with 22USC4864 (Title 22 - - Foreign Relations and Intercourse - - Chapter 58 – Diplomatic Security – Subchapter IV – Diplomatic Security Program), the State Department is required to award all local guard contracts for Foreign Service buildings which exceed $250,000 and are entered into after February 16, 1990 in accordance with this statute. •In accordance with 22USC4864(c)(3), the State Department is required to award contracts to the technically acceptable firm offering the lowest evaluated price, except that proposals of United States persons and qualified United States joint venture persons (as defined in subsection (d) of this section) shall be evaluated by reducing the bid price by 10 percent. If you have any questions or comments, you may contact Larry Pruitt at (571) 345-2359 or pruittla@state.gov, please reference this Sources Sought Notice when calling or emailing. At this time, the U.S. Department of State does not guarantee that any future contracts may be awarded covering the aforementioned duties and responses to this Sources Sought notice and does not bind the U.S. Department of State to any agreement with the responder, be it explicit or implied.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/Suva_Fiji_Local_Guard_Program/listing.html)
- Place of Performance
- Address: U.S Embassy Suva, Fiji
- Record
- SN02067416-W 20100219/100217235144-e2afe6eabf0689b30903136215d71011 (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 |