Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

R -- BLM Law Enforcement Support Services, Deschutes County, OR

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
922120 — Police Protection
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, 1220 SW 3rd Ave, Portland, Oregon, 97204, United States
 
ZIP Code
97204
 
Solicitation Number
BLMORSS2019-06
 
Archive Date
10/1/2019
 
Point of Contact
Carrie Stricklin, Phone: (503) 808-6359
 
E-Mail Address
blm_or_so_952_mail@blm.gov
(blm_or_so_952_mail@blm.gov)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Announcement no. BLMORSS2019-06 has been issued as a Request For Quotation for a firm fixed price commercial items services contract for law enforcement support services for the county of Deschutes, Oregon. The contract(s) may result in a 1-year Base Period plus four 1-year Option Periods (priced per period at 1 lump sum each) to furnish the services specified herein in the designated geographic area of coverage. The Contractor shall furnish all necessary management, labor, supervision, equipment, materials, transportation, and any other incidentals to perform law enforcement and protective services in a consistent, efficient, and effective manner for the critical component to preserve public order and safety and to protect national interests in natural resources and infrastructure; and assist in the administration and regulation of the use and occupancy of BLM-administered public lands. Contractor shall enforce civil and criminal State and local laws relating to the protection of persons and property on the public lands, waters, roads and trails administered by the BLM. The Contractor shall possess the necessary training as prescribed by the Oregon State Department of Public Safety Standards and Training and the BLM law enforcement procedures and policies. Contractor shall have the power to make arrests and serve before a magistrate or judge, serve warrants for arrest or order for arrest, and give a ticket/citation within the designated areas of jurisdiction. The Contractor shall conduct patrols with specific attention paid to high use areas. Patrols will focus on preventing violations of laws and regulations, safety of visitors and Government employees and the investigation of crimes. The number of patrols during any given week will be dependent upon the prudent and sound judgment of the Contractor and conducted by motorized vehicle, foot, and utility task vehicle (UTV). The Contractor shall provide law enforcement coverage on national holidays and weekends, particularly during the summer months (May through September), to assure that adequate patrols in BLM administered campgrounds, recreation areas, and other administrative areas will be made within workforce capabilities. The Contractor shall coordinate with BLM to schedule the patrols. The Contractor shall provide radio dispatch services to BLM and authorize the Government to use the Contractor's radio frequencies when working within the county/area. When requested by the BLM, the Contractor shall assist in special operations (i.e., marijuana eradication, special events, execution of warrants) or for other unforeseen or emergency situations by means as determined to be appropriate for the incidence and within workforce capabilities. Additional services utilized in emergency situations are covered under this contract. Uniforms and badges to clearly distinguish and identify the Contractor. The Contractor shall ensure that all personnel performing on Public Lands comply with the provisions of the Archaeological Resources Protection Act (16 U.S.C. 470 aa - 470 ll) and the Native American Graves Protection and Repatriation Act (25 U.S.C. 3001 - 3013), regarding skeletal remains. The Contractor shall also ensure that upon discovery of skeletal remains that are indicative of an archaeological site, Contractor shall notify the BLM prior to disturbing the site, to the maximum extent practicable. Contractor shall comply with the minimum standards as required by the Oregon Department of Public Safety Standards and Training; and shall not be in violation of the provisions of 18 U.S.C. 922, which prohibits persons convicted of a misdemeanor domestic violence crime from possessing firearms or ammunition. The performance period is from date of award for up to five (5) years, if options are included and exercised. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 published August 13, 2019. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; addenda is not included. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: technical and past performance factors, when combined, is significantly more important than price. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; addenda is not included. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. This requirement is unrestricted regardless of firm size. The NAICS code is 922120 Police Protection and small business size standards are not established for Section 92 - Public Administration. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Multiple awards may be made by separately price line item. Offers are due by the specified response due date and time via email to blm_or_so_952_mail@blm.gov. For information regarding this solicitation, email your request for information to blm_or_so_952_mail@blm.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/BLMORSS2019-06/listing.html)
 
Record
SN05437856-W 20190912/190910230929-a0f14b8b0ae57f2927a0b7a6c72ffb2d (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.