Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2010 FBO #3256
MODIFICATION

R -- Protective Service Officers (PSO) security services throughout Northern California

Notice Date
10/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Federal Protective Service, 701 Market Street, Philadelphia, Pennsylvania, 19106, United States
 
ZIP Code
19106
 
Solicitation Number
F200-11
 
Archive Date
11/1/2010
 
Point of Contact
Eunice Rose, , Paul R. Daneker,
 
E-Mail Address
eunice.rose@dhs.gov, paul.daneker@dhs.gov
(eunice.rose@dhs.gov, paul.daneker@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This information will be use as market research only. The Federal Protective Service is interested in locating sources capable of providing Protective Service Officers (PSO) security services throughout Northern California. A PSO is the equivalent of an Armed Guard II as set forth in the DOL Directory of Occupations. The Contractor will be required to provide and maintain all management, supervision, manpower, training, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screenings, reports, files and any other resources necessary to accomplish the security services. The contract will require a facility security clearance. All personnel supporting the contract will be required to meet FPS training, certification and suitability standards. The security services to be provided will include: Basic Services - Basic services are the permanent ongoing services specifically included in the task order(s) at time of award or added through modification up to any established maximums identified in the contract. Temporary Additional Services (TAS) - During the term of the contract, the Government may have requirements for temporary additional services (TAS) beyond the basic services requirements. TAS are the short term, non-recurring needs for service such as an increase in hours to an existing or subsequently added post to include the weekend where a public demonstration is taking place over the weekend, addition of posts to provide for increased security for special events or high profile visitor to the building, extension of existing post hours in a building to cover seasonal fluctuations (such as at an IRS building during tax season), etc. Due to the nature of TAS the Contractor may be required to perform these services with little advance notice. Emergency Security Services (ESS) - The Contractor shall furnish fully qualified PSOs, management, supervision, equipment, supplies and any other cost for sustained emergency surge security force services. Deployments may be to large and small-scale events such as natural disasters, civil disturbances, or other unanticipated events on an as-needed basis. The requirements under "ESS" Contract Line Item Number (CLIN) shall be ordered for anywhere in the geographic area covered under this contract with little, if any advance notice. There will be no "phase-in" period for these requirements. The contractor shall have sufficient, fully qualified staff to meet all requirements ordered under the ESS CLIN at any time. This acquisition is for approximately 326,088 hours of basic service, 10,000 hours of temporary additional services and 1,500 hours of emergency security services per year. There are an estimated 250 guards protecting approximately 110 posts at over 57 buildings. This Sources Sought Notice is issued for informational and planning purposes only. This is not a Request for Proposal, a Request for Quotation, or an Invitation for Bids. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract for the items contained in the Sources Sought. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought, and responses to this notice cannot be accepted as offers. NO SOLICITATION IS AVAILABLE AT THIS TIME. THEREFORE PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, REQUEST ADDITIONAL INFORMATION OR CALL THE CONTRACT SPECIALIST/CONTRACTING OFFICER. All responses will be used to determine the appropriate acquisition strategy for the future acquisition. FPS is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this Sources Sought may be used within the FPS to facilitate acquisition planning and will not be disclosed outside of the Government. For purposes of the Sources Sought, the North American Industry Classification System (NAICS) Code is 561612 and the small business size standard is $18.5 million. If your firm is capable of providing the requirements described in this Sources Sought, please provide a Capability Statement via email to Eunice Rose at eunice.rose@dhs.gov by October 27, 2010 at 1500 EST with your firm name in the subject line. The capability statement should include general information and technical background describing your firm's experience in contracts requiring similar efforts to include temporary additional services and emergency security services. Please indicate if your company possesses a facility security clearance or not and if so, what level. In addition, the following information is requested: (1) Company CAGE Code, DUNS, name, address, point of contact, telephone number and email address; (2) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (3) List of contracts, Government or commercial, within the last five years in which the perspective contractor managed an Armed Guard force with at least 150 guards and 200,000 post hours per year. Include the number of multiple state weapons licenses required by the contract, if applicable. In addition, describe the subcontracting efforts required by the contract. Please provide a point of contact (name/contact number/email) of the customer and the total dollar value of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53b39c3df01b804e477553c4855c23fd)
 
Place of Performance
Address: Various Locations throughout Northern California, United States
 
Record
SN02315280-W 20101024/101022233612-53b39c3df01b804e477553c4855c23fd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.