MODIFICATION
R -- USMS COURT SECURITY OFFICERS SERVICES - Amendment 1
- Notice Date
- 8/1/2014
- Notice Type
- Modification/Amendment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- United States Marshals Service, Suite 600, CS3 - JSD, OSC, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301-1025, United States
- ZIP Code
- 22301-1025
- Solicitation Number
- DJM-14-A32-R-0006
- Response Due
- 8/11/2014 12:00:00 PM
- Point of Contact
- Cheata Sieng, , Terry M. Bearden,
- E-Mail Address
-
cheata.sieng@usdoj.gov, terry.bearden@usdoj.gov
(cheata.sieng@usdoj.gov, terry.bearden@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT F- ATTACHMENT 1(H) TABLE FOR SSO UNIFORM STANDARD_REVISED A0001 ATTACHMENT E- ATTACHMENT 1(G) TABLE FOR BODY ARMOR KITS_REVISED A0001 ATTACHMENT D- ATTACHMENT 1(F) TABLE FOR START-UP COSTS_REVISED A0001 ATTACHMENT C- ATTACHMENT 1(D) 11TH CIRCUIT PRICE SUMMARY SHEETS_REVISED A0001 ATTACHMENT B- ATTACHMENT 1(D) 6TH CIRCUIT PRICE SUMMARY SHEETS_REVISED A0001 ATTACHMENT A- QUESTIONS AND ANSWERS DJM-14-A32-R-0006 A0001 The U.S. Marshals Service (USMS) intends to issue a Request for Proposal (RFP) DJM-14-A32-R-0006 for Court Security Officer Services for the physical security of federal judiciary court facilities in the 6 th, 7 th, and 11 th Federal Judicial Circuits. These services are being procured under FAR Part 15. The Statement of Work (SOW) is a design/detailed specification. The Contract shall ensure all duties required of a Court Security Officer (CSO) shall be performed within the scope of the contract and as required by the SOW. CSOs are deputized Special Deputy U.S. Marshals with firearms and arrest powers while on duty at their given worksites. When performing in an official capacity, a CSO may detain an individual until relief is provided by a USMS official or another law enforcement officer. The contractor shall provide: all necessary physical security personnel, management, supervision, equipment, materials, supplies (except as otherwise provided by the Government); administrative support to include, office facilities, office equipment, contractor provided and hosted online automated and integrated Daily Time and Attendance System, Quality Assurance Program, a variety of reports, accurate record keeping, administrative materials and supplies, and transportation; and, training and qualifications to include weapons training and qualifications, In-District Phase I Orientation, Phase II Orientation (provided by the Government), Annual Training, and On-the-Job Training. Training shall be supported by multiple delivery methods including a contractor provided and hosted on-line Learning Management System, written training plans, written lesson plans, and instructor-led training by qualified trainers and instructors. The contractor shall provide at a minimum, fully vetted and qualified Court Security Officer candidates that have successfully completed federal, state, county, municipal or military law enforcement academy training; that have a minimum of three (3) calendar years’ of verifiable experience as a certified law enforcement officer or its military equivalency with general arrest authority. All three (3) years of general arrest authority shall have occurred within the last seven (7) years. Each candidate must undergo and pass suitability and background investigation requirements and meet medical standards and physical fitness requirements. The contract is subject to FAR Clause 52.222-17 Nondisplacement of Qualified Workers. The Government intends to award a separate contract for each Judicial Circuit. The resulting contracts will be Indefinite-Delivery/Indefinite-Quantity (ID/IQ), Time & Materials (T&M)/Labor Hour (LH) contracts with fixed priced CLINS. The term of the contract will include a one-year base period and four one-year options. All options will be evaluated for award purposes. To be considered for award: the offeror shall submit a proposal for all sites within each circuit for which a proposal is prepared; meet the Special Standards of Responsibility’s Acceptable Financial Capability/Condition and Capability requirements; and, submit an acceptable Small Business Subcontracting Plan. No questions will be entertained at this time. All future information about this acquisition, including solicitation and amendments, will be distributed solely through th is website. Interested parties are responsible for monitoring the website to ensure that they have the most up-to-date information about this acquisition. The USMS intends to issue this solicitation under full and open competition. The anticipated release date of the solicitation is July 11, 2014. All responsible sources may submit a proposal upon release of the solicitation. Due date for the proposal is anticipated to be within 30 days upon issuance of the solicitation. Services are anticipated to commence on or about October 1, 2014. The North American Industry Classification System (NAICS) code is 561612. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-07-11 13:59:01">Jul 11, 2014 1:59 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-08-01 17:13:58">Aug 01, 2014 5:13 pm Track Changes This is a Request for Proposal for DJM-14-A32-R-0006. Due date for this proposal is August 19, 2014 at noon, Eastern time. The anticipated period of performance is December 1, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/DJM-14-A32-R-0006/listing.html)
- Place of Performance
- Address: The 6th, 7th, and 11th Federal Judicial Circuits, United States
- Record
- SN03446400-W 20140803/140801234501-6799c4dd893df4c32581f61bbd75aeed (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 |