SOLICITATION NOTICE
R -- Security Services at the Fisher House
- Notice Date
- 3/8/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25019Q0465
- Response Due
- 3/22/2019
- Archive Date
- 5/21/2019
- Point of Contact
- Roman Savino
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number 36C25019Q0465 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Uniformed Security Services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 561612. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (10701 East Blvd Cleveland, Ohio 44106) is seeking potential contractors to provide uniformed Security Services for the Cleveland VA Medical Center Fisher House Location. The Period of Performance is from 4-1-2019 through 9-30-2019. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by Friday March 15, 2019 by 3 pm est. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Friday March 22, 2019. Technical questions and Quotes must be sent by email to roman.savino@va.gov. SECURITY SERVICES FOR THE FISHER HOUSE PERFORMANCE WORK STATEMETN Scope. Contract Title. Uniformed Security Services for the VA Fisher House located at 10521 Orville Street, Cleveland, OH 44106. The Period of Performance will be from 4-1-2019 through 9-30-2019. The contractor must have all necessary insurance and enough employees to perform the contract work within ten (l0) calendar days of notice-to-proceed. Background. The Department of Justice has determined that premises owned or leased by the Department of Veterans Affairs (VA) are under the law enforcement jurisdiction of VA as that phrase issued in 38 U.S.C. Section 218. This determination rests upon the proviso that VA is the leaseholder/owner of the space coupled with possession and control of the space. Security & Law Enforcement Circular Letter 07-91-1 authorizes security services obtained by contract when VA police officer positions are unavailable. Contract security guards utilized by VA shall exercise any authority vested in them within the limits of their licensing. This exercise of authority does not include authorization to possess or bear firearms or less than lethal force alternatives in VA leased/owned space. Furthermore, the Cleveland VA has 18 other satellite facilities that all have security services. Our goal is to provide the Fisher House with security services consistent with existing services already provided at our facilities. Accordingly, this statement of work will prescribe our security needs and expectations. Specific Tasks. Task 1 The contractor shall furnish all personnel with equipment and supplies, uniforms, training and management as specified herein. Task 2 - The contractor shall provide contract employees that are licensed, trained, certified, and qualified according to federal and state regulations. The unarmed security guard service shall satisfy all terms and conditions specified in the contract. Task 3 - The contractor shall provide Security, Safety, and Miscellaneous services at the Fisher House as directed by the Fisher House Administrative Officer. Required services shall include but are not limited to the following: Entrance Control Post: Operate and enforce a system of personnel identification. Roving Patrol Posts: Conduct patrols in accordance with established routes and schedules. Traffic Control: Direct traffic (vehicle and pedestrian) when needed and control parking. Security and Fire Systems: Monitor and operate building fire alarm, video surveillance, and intrusion/panic alarm detection systems and other protection devices or building equipment. Building rules and regulations: Observe building occupants and visitors for compliance with posted rules and regulations. Monitor surveillance cameras if applicable. Maintain security and order within the areas of assignment. Deescalate disruptive persons and redirects them appropriately. Defend and protect employees, patients, and visitors of the facility when appropriate and reasonable to do so. At all times project an image of professional security and courtesy in both appearance and demeanor. Report daily, in accordance with standard operating procedures, potentially hazardous conditions and items in need of repair, including inoperative lights, leaky faucets, toilet stoppages, broken or slippery floor surfaces, etc. Additional Duties: Turn off unnecessary lights, check safes and locking repositories and cabinets, open and secure doors and gates, etc. Prepare required reports as instructed. Perform routine clerical duties associated with position. Perform other functions as needed in the event of situation or occurrences such as civil disturbances or other criminal acts adversely affecting the security and safety of the Government, its employees, property and the general public lawfully on buildings or grounds under the control of the Government. Provide lay assistance and obtain professional assistance in accordance with procedures in the event of injury or illness to Government employees or others while in the building or grounds. Provide monthly testing of building intrusion alarm, motion detector and panic/duress alarm system, and provide documentation to the Fisher House Administrative Officer. Perform routine safety and security inspections of the Fisher House buildings and grounds and conduct accident reports and document findings to the Fisher House Administrative Officer. Monitor daily and test monthly all emergency exit signs and lighting. Document findings and inform the Fisher House Administrative Officer of detective equipment. Assist in conducting fire and disaster drills as directed by Fisher House Administrative Officer. Unlock and lock the facility as directed by the Fisher House Administrative Officer. Task 4 - Contractor shall provide backup guard service during periods of vacation or sick leave. Back-up guards shall have all training and background checks required of the regularly-scheduled guard. Task 5 The contractor shall ensure that security guards understand that the Fisher House has a shared law enforcement responsibility between local police and VA Police. When VA Police are not physically on the property local police are the primary responding law enforcement authority and should be contacted immediately for any emergency situations requiring police involvement. When contract security calls local law enforcement to respond to the Fisher House they will call VA Police within a reasonable amount of time and apprise them of the situation. Task 6 Contractor Furnished Training: The contractor shall furnish all Federal and State of Ohio required OSHA training; training in First Aid, Blood borne Pathogens, AED, CPR and Work Place Violence. This includes backup personnel. The contractor shall provide documentation of training prior to assignment of duty. Task 7 - The contractor shall have their Ohio Department of Public Safety Private Investigator Security Guard Services (PISGS) license. Additionally, all security guards will be in possession of their PISGS registration card while in the performance of their duties. Task 8 - The contractor shall furnish and maintain in acceptable condition, at no cost to the security guard employees, all items of an industry standard security guard uniform and equipment necessary to perform work required by this contract Task 9 - Contractor shall be prepared to provide uniformed security employees and perform all duties within ten (10) calendar day of notice-to-proceed. The Contractor shall assume all liability for any act by employees while exercising security authority. Task 10 - The guard shall adhere to the facility s no smoking policy. There shall be no smoking in any buildings, corridors or stair-wells. Guards shall be restricted to smoking only in areas authorized. Smoking shall be restricted in parking lots when performing parking/traffic control duties. At no time shall a guard have a cigarette, pipe, cigar or chewing any type of tobacco or gum when offering information to patients, visitors or employees. Task 11 - The Government may request the Contractor to immediately remove any employee(s) from the worksite(s) who are found to be unfit for performing security duties during their tour of duty. The contractor must comply with these requests. For clarification, a determination of unfit may be made for, but not limited to, incidents involving the most immediately identifiable types of misconduct or delinquency as set forth below: Violation of Rules and Regulations Governing Public Buildings and Grounds, 41 CFR 101-10.3, and existing Department of Veterans Affairs Rules and Regulations with regard to the same; Neglect of duty, including sleeping while on duty, unreasonable delays, or failure to carry out assigned tasks, conducting personal affairs during official time, and refusing to render assistance or cooperate in upholding the integrity of the security program at the work site. Falsification or unlawful concealment, removal, mutilation or destruction of any official documents or records, or concealment of material facts by willful omission from official documents or records. Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words of actions, or fighting. Also participating in disruptive activities, which interfere with the normal or efficient operations of the Government. Theft, vandalism, immoral conduct, or other criminal actions. Selling, consuming, or being under the influence of intoxicants, drugs, or other substances which produce similar effects. Improper use of position Unauthorized use of communications equipment or Government Property Violation of security procedures or regulations Offensive or abusive actions, words, or possessions to include books, magazines, or electronic means that constitute sexual or other harassment or discrimination. The CO or his designated representative will make all determinations regarding the removal of any employee from the worksite. In the event of a dispute, the CO will make the final determination. If requested, specific reasons for removal of an employee will be provided to the contractor in writing. Task 12 - The contractor shall ensure guards have passed a state of Ohio criminal conviction check and applicant background check to include, verifying past employment, work history and education. 6. Deliverables: Guard services shall be performed at the Fisher House during the hours listed below: For the POP of 4-1-2019 through 6-3-2019, Services are needed on a 24/7 basis @ 8am. For the POP of 6-3-2019 through 9-30-2019, Services are needed on a 7 day a week basis from 8pm 6am. 7. Performance Monitoring The contractor shall develop, implement, and maintain a complete on-going quality control program to ensure the requirements of the contract are provided as specified and which meets the highest qualifications standards. One copy of the contractor's basic Quality Control Program will be provided to the Contracting Officer Representative (COR) no later than the contract start date and updates will be provided as changes occur. 7.1 The Government shall monitor and evaluate the contractor's performance under this contract using quality assurance procedures. All observations will be recorded by the COR and when an observation indicate defective performance. At any time during this contract, the COR may request the contractor's representative to sign and/or initial a written report of observation. The contractor must have all necessary insurance and sufficient employees to perform the contract work within ten (l0) calendar days of notice-to-proceed. Technical Requirements The guards shall meet the following requirements; Education/Experience: Must possess a high school diploma or equivalency, and have two (2) years experience demonstrating: Basic Security and Safety duties and responsibilities (i.e. security guard, loss prevention, etc.). Ability to meet and deal successfully with the general public Ability to read, write, and speak the English language fluently Understand and apply printed rules, detailed orders, instructions, and training materials. Ability to maintain poise and self-control under stress Ability to conduct Stop and Question of persons found in closed areas, halls, locked areas, parking lots, or VA property during business, after hours and on weekends / holidays to ensure no criminal activity has or is taking place. Must be capable of detaining person(s) while local police are notified and arrive. Ability to construct and write clear, concise, accurate, and detailed reports. Must possess skills in telephone etiquette and office organization skills. PRICING/SCHEDULE Period of performance: 1. April 1, 2019 through September 30, 2019 CLIN DESCRIPTION COST 0001 Security Services for the Fisher House Grand Total Cost NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q0465/listing.html)
- Place of Performance
- Address: Cleveland VA Medical Center Fisher House;10521 Orville Street;Cleveland, Ohio
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN05244746-F 20190310/190308230028 (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 |