SOLICITATION NOTICE
D -- Electronic Monitoring Services - PS 1008 - Past Performance Questionnaire - PS 3420 - 959P0019R0002 - PS 5500 - PS 5002 - PS 5802 - PS 4060 - QASP
- Notice Date
- 11/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Court Services and Offender Supervision Agency, Pretrial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
- ZIP Code
- 20004
- Solicitation Number
- 959P0019R0002
- Archive Date
- 12/22/2018
- Point of Contact
- Jeffery C. Brakebill, Phone: (202) 220-5647
- E-Mail Address
-
jeffery.brakebill@psa.gov
(jeffery.brakebill@psa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Quality Assurance Surveillance Plan Policy Statement on Personnel Security Program Policy Statement on Hostage Response Procedures Policy Statement on Safeguarding Personally Identifiable Information Policy Statement on Information Technology Security Solicitation Document Policy Statement on Prohibited Appliances and Personal Items Past Performance Questionnaire Policy Statement on Records Management 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is 959P0019R0002 is issued as a Request for Quotations and is issued using the procedures of FAR Part 12, Acquisition of Commercial Items in conjunction with FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. FAR Part 15 does not apply to this solicitation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The applicable NAICS code is 334220 and the size standard is 1,250 Employees. This solicitation is issued as a 100% set aside for small business concerns. The Pretrial Services Agency for the District of Columbia (PSA) is an independent entity within the Court Services and Offender Supervision Agency (CSOSA) in the Executive Branch of the Federal government. PSA promotes community safety and return to court while honoring the constitutional presumption of innocence. As part of its mission, PSA supervises defendants released from custody during the pretrial period by monitoring their compliance with conditions of release and by helping to ensure that they appear for scheduled court hearings. PSA requires electronic monitoring services that include installation, removal, maintenance, monitoring, retrieval, and courtroom testimony. The successful contractor will be responsible for providing all equipment, equipment maintenance and user training for the system that electronically monitors a defendant's location, curfew or stay away order. The contractor must provide the most recent generation of electronic monitoring (EM) and global position surveillance (GPS) tracking equipment and remain up-to-date on the latest trends and technology in EM and GPS throughout the life of the contract. The contractor must provide onsite staff representatives to perform the aforementioned tasks throughout the duration of the contractor. The contractor will be responsible for retrieval of monitoring devices at designated PSA offices, the defendants' homes and other designated locations (e.g. D.C. Superior Court, U.S. Marshal Service, D.C. Central Detention Facility, etc.) within the Washington DC metropolitan area. The estimated number of defendants actively monitored at any given time is approximately 475 per month, but may fluctuate on a daily basis. The contractor's database should have scalability to store and retrieve electronic and location monitoring data for 7200 defendants each year of the contract, whether active or inactive. The anticipated performance period is March 26, 2019 through March 25, 2020. The contract will have four (4) one-year option periods. The principle place of on-site performance is Washington DC. Additional information can be found in the Performance Work Statement of the attached solicitation document. The provision at 52.212-1, Instructions to Offeror - Commercial, applies and has been tailored to include instructions specific to this solicitation effort. Offeror's are advised to review the full text, which can be found in Section L of the attached solicitation document. The provision at 52.212-2, Evaluation - Commercial Items, was not used in this solicitation. Specific information regarding the evaluation criteria can be found in Section M of the attached solicitation document. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Complete text can be found in Section K of the attached solicitation document. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and can be found in Section I of the attached solicitation document. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specific clauses applicable to this acquisition are marked with an "X" prior to the clause number. This clause can be found in Section I of the attached solicitation document. Additional, Agency Specific, clauses are also applicable to this acquisition. Full text of each Agency Specific clause can be found in Section H of the attached solicitation document. Additionally, several Agency Policy Statements are also applicable and are identified in Section J. Full text of applicable Policy Statements are provided as attachments to this synopsis notice. Offeror are due no later than December 7, 2018 @ 1:00 PM ET, unless otherwise extended by addenda. Offers must be submitted, in accordance with Section L, by email to Jeffery.Brakebill@psa.gov. All questions regarding this solicitation must be addressed, in writing, to the Contracting Officer via email at Jeffery.Brakebill@psa.gov. No phone call inquires will be accepted. Questions should be submitted no less than ten (10) calendar days prior to the closing date (due date) of this solicitations. Questions received, with the Government's response, shall be posted to the Federal Business Opportunities (FBO) portal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/DCTSA/WashingtonDC/959P0019R0002/listing.html)
- Place of Performance
- Address: 633 Indiana Avenue, N.W., Washington, District of Columbia, 20004, United States
- Zip Code: 20004
- Zip Code: 20004
- Record
- SN05148942-W 20181111/181109230530-c85246b698090ffab4dd97cc37852a20 (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 |