MODIFICATION
R -- Court Security Officer Services - Solicitation Section J Attachments - Solicitation 1
- Notice Date
- 3/30/2017
- Notice Type
- Modification/Amendment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- United States Marshals Service, CG3, JSD, OSC, 12th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- DJM-17-A32-R-0001
- Response Due
- 5/1/2017 10:00:00 AM
- Point of Contact
- Office of Security Contracts,
- E-Mail Address
-
osc.procurements@usdoj.gov
(osc.procurements@usdoj.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Solicitation DJM-17-A32-R-0001 J.9 - Special Standards of Responsibility J.8(C) Past Performance Survey J.8(B) Past Performance Rating Guidelines J.8(A) Past Performance Information Brief J.7(F) Certified Training and Weapons Qualification Instructors J.7(E) Example Lesson Plan J.7(D) Lesson Plan Format and Overview J.7(C) Annual Training Program J.7(B) In House Phase I Orientation Training Program J.7(A) CSO Semi Auto Handgun Qualification Course Effective 012001 J.6 List of Government Acronyms J.4(E) SSO Uniform Standard J.4(D) CSO Soft Body Armor Requirements J.4(C) DOJ Policy Statement Use of Force J.4(B) USMS Policy Directive 14.16 Less than Lethal Devices Effective 03172016 J.4(A) USMS Policy Directive 14.15 Use of Force Effective 04122013 J.3(G) Court Security Officer Monthly Activity Report MAR N/FL J.3(G) Court Security Officer Monthly Activity Report MAR C/IL J.3(F) Standard Form 1035 Continuation Sheet SAMPLE J.3(E) Standard Form 1034 SAMPLE J.3(D) Form CSO011 Court Security Officer CSO Travel Expense Reimbursement J.3(C) Form CSO010 Court Security Officer Travel Authorization J.3(B) Form CSO003 Court Facility Incident Report J.3(A) Form CSO002 Court Facility Monthly Statistical Summary Report J.2(L) DOJ555 USDOJ Disclosure J.2(K) Form CSO012 Request to Reevaluate Court Security Officers Medical Qualification J.2(J) Form FD258 FBI Applicant Fingerprint Card J.2(I) Form CSO014 Court Security Officer Weapons Qualification Record J.2(H) Form CSO229 Certification of Medical Examination for Court Security Officers J.2(G) Form CSO009 Notification of a Court Security Officers Official Performance Date J.2(F) Form CSO008 InDistrict Phase I Orientation Certification J.2(E) Form CSO007 Certificate of Compliance The Lautenberg Amendment J.2(D) Form CSO006 Certification of Court Security Officer Performance Standards J.2(C) Form CSO005 Court Security Officer Preliminary Background Check Form J.2(B) Form CSO004 Acknowledgement of Conditions of Court Security Officer Eligibility J.2(A) Form CSO001 Court Security Officer Staffing Notification J.1(H) Table for SSO Uniform Standard J.1(G) Table for Body Armor Kits J.1(F) Table for StartUp Costs J.1(E) Pricing Template D17 D26 J.1(E) D26 C-IL Price Summary Sheets J.1(D) D17 N-FL Price Summary Sheets J.1(C) Shift Differential Hours J.1(B) Seniority Listing J.(1)A CBAs Northern Florida J.1(A) CBAs Central Illinois Request for Proposal (RFP) DJM-17-A32-R-0001 for Court Security Officer Services for the physical security of federal judiciary court facilities in the Central District of Illinois in the 7th Federal Judicial Circuit and the Northern District of Florida in the 11th Federal Judicial Circuit. The release date of the solicitation is 03/30/2017. Questions are due by 04/11/2017 no later than 6:00PM EST to osc.procurements@usdoj.gov. Due date for the proposals is 5/1/2017 at 10:00AM EST. The USMS issues this solicitation under full and open competition after a total set aside for 8(a) business development program participants. 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 as Special Deputy U.S. Marshals while on duty at their given worksites are authorized to carry firearms and detain individuals 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 District. 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 District for which a proposal is prepared; meet the Special Standards of Responsibility's Acceptable Financial Capability/Condition and Capability requirements; and meet and maintain all 8(a) business development program requirements as an accepted participant. The North American Industry Classification System (NAICS) code is 561612. Services are anticipated to commence on or about 10/01/2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/DJM-17-A32-R-0001/listing.html)
- Place of Performance
- Address: Federal Judicial District D26 Central District of Illinois and D17 Northern District of Florida, United States
- Record
- SN04453130-W 20170401/170330234704-942cc9b34b0384ff2fbff0a02188ff3e (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 |