Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

R -- OPTION - Armed Guard Services- DR-4308-CA

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1824 NE Park Ridge Circle, Lees Summit, MO 64064
 
ZIP Code
64064
 
Solicitation Number
HSFE09-17-R-1001
 
Response Due
5/1/2017
 
Archive Date
10/28/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HSFE09-17-R-1001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-05-01 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 05/04/2017 - 07/03/2017 LI 001: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 6724 Lockheed Drive, Suite 1, Redding, CA 96002 (Shasta County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Sixty (60) day period of performance.One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 1440 hours., 1440, HR; LI 002: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 5789 State Farm Drive, Suite 150, Rohnert Park, CA 94928 (Sonoma County) in accordance with the attached Statement of Work.The current estimated need for this location is as follows: Sixty (60) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 1440 hours., 1440, HR; LI 003: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 25190 Hancock Avenue, Murrieta, CA 92562 (Riverside County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Sixty (60) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 1440 hours., 1440, HR; LI 004: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 5617 Scotts Valley Drive, Scotts Valley, CA 95066 (Santa Cruz County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Sixty (60) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 1440 hours., 1440, HR; Option 1 Period of Performance: 07/04/2017 - 08/03/2017 LI 001: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 6724 Lockheed Drive, Suite 1, Redding, CA 96002 (Shasta County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Thirty (30) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 720 hours., 720, HR; LI 002: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 5789 State Farm Drive, Suite 150, Rohnert Park, CA 94928 (Sonoma County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Thirty (30) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 720 hours., 720, HR; LI 003: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 25190 Hancock Avenue, Murrieta, CA 92562 (Riverside County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Thirty (30) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 720 hours., 720, HR; LI 004: Provide Level II Armed Uniformed Security Guards at the FEMA Joint Area Field Office located at 5617 Scotts Valley Drive, Scotts Valley, CA 95066 (Santa Cruz County) in accordance with the attached Statement of Work. The current estimated need for this location is as follows: Thirty (30) day period of performance. One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday for a total of 720 hours., 720, HR; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of buy. THE CONTRACTING OFFICER MAY ISSUE A NOTICE TO PROCEED AND PURCHASE ORDER NUMBER TO THE SUBSEQUENT AWARDEE IN ORDER TO EXPEDITE SERVICES, FOLLOWED BY THE HARD COPY DOCUMENT. The hours for each line item are estimated for a sixty (60) day period of performance, and will include a thirty (30) day option period if continued services are required. The Government may terminate part or all of these services, adjust hours and days, with one week notification to the Contractor. Applicable Department of Labor minimum Wage Determinations are attached for each county in which work will be performed. Performance is anticipated to begin on or around 05/04/2017. Shifts and hours may fluctuate based on changing FEMA mission requirements. The current estimated need for each location is as follows: One (1) Armed Guard is required during the day from 0700 - 1900 & One (1) Armed Guard during the night from 1900 - 0700 Monday through Sunday. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219.28, 52.222-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.222-41, 52.222-50, 52.223-18, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All eligible bidders can bid however preference for award will be given to the lowest priced, technically acceptable, responsive and responsible local bidder residing within one of the declared counties for the current disasters within the state of California (see Attachment 4 - Declared Counties, CA)based on SAM registration address as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria of FAR 52.226-3(c), he shall furnish documentation to support its representation IAW FAR 52.226-3(d). The following factors shall be used to evaluate offers: I. Technical - Management Approach/ Quality Control II. Past Performance III. Price Volume I: Technical Factors Factor 1 - Management Approach The offeror's quotation shall be evaluated on its ability to provide staffing at the designated areas within the state of California necessary to accomplish the tasks outlined in the Statement of Work SOW). The contractor shall adequately describe their proposed solution to achieve requirements of the SOW and address their technical approach and methodology. At a minimum, the offeror shall address the functions and disciplines involved for each objective, skill levels, and quantity of resources and methods of operation. Factor 2 - Quality Control The quality control plan shall demonstrate the offeror's ability to propose and execute a quality control plan, whereby the contractor manages and monitors the process and takes the appropriate corrective action to correct performance to meet program objectives. Volume II: Past Performance The submitted past performance shall be of contractual work that is similar to the requirements set forth in this solicitation. Past experience summaries shall be for projects completed in the last three (3) years, or currently in progress. Past performance should be of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and Local governments, and Commercial sources. The following information shall be provided for each referenced contract: a. Program title or project name b. Contract number c. Contract type d. Brief synopsis of work performed e. Brief discussion of how the work performed is relevant to this solicitation f. Contract value g. Current customer point of contact (if known) The government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's experience. The past performance evaluation will assess the offerer's record of recent and relevant work for government and private sector clients. Volume III: Price Provide a complete pricing schedule, which includes all base and option line items associated under this solicitation. Technical and past performance, when combined, are equal when compared to price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE09-17-R-1001/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04485522-W 20170428/170426234636-78101dd851aa73611916b8cfe6779ff4 (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  © 1994-2020, Loren Data Corp.