Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SPECIAL NOTICE

R -- To provide support services in the enforcement of the civil and criminal laws

Notice Date
12/5/2019 1:49:48 PM
 
Notice Type
Special Notice
 
NAICS
922120 — Police Protection
 
Contracting Office
OREGON STATE OFFICE PORTLAND OR 97204 USA
 
ZIP Code
97204
 
Solicitation Number
DOILFBO200008
 
Archive Date
03/31/2021
 
Point of Contact
Wooldridge, Amy
 
E-Mail Address
awooldridge@blm.gov
(awooldridge@blm.gov)
 
Awardee
null
 
Description
Combined Synopsis/SolicitationThis 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. DOILFB0200008 has been issued as a Request For Quotation for a firm fixed price commercial items services contract for Law Enforcement Support Services in Kittitas County Washington. The scope of work includes enforcement of the civil and criminal laws of the State and/or County on the public lands, waters, roads, and trails administered by the BLM. The Contractor shall furnish all necessary management, labor, equipment, materials, transportation, supplies, and any other incidentals to perform law enforcement services, as specified, for the enforcement of State and local laws relating to the protection of persons and property on the public lands. The lack of any specific request by the BLM will not limit the authority of the Contractor to respond to any situation in a fashion seen fit under State or local law. The 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 Kittitas County. The Contractor shall conduct patrols with specific attention paid to high use areas (e.g. Yakima River Canyon). Patrols will be made during hours to be determined by the Contractor who will seek direction from the Wenatchee Field Staff Law Enforcement Ranger. The number of patrols during any given week will be dependent upon the prudent and sound judgment of the Contractor. The Contractor shall conduct patrols by motorized vehicle, foot, and utility task vehicle (UTV) for the BLM lands within the contract area. The Contractor shall routinely patrol the public lands, waters, roads, and trails administered by the BLM within the confines of the County, with special attention given to all areas and incidents designated by the Wenatchee Field Staff LE Ranger and Management Officers. Patrols will focus on preventing violations of laws and regulations, safety of visitors and Government employees and the investigation of crimes. The Contractor shall provide law enforcement coverage on national holidays and weekends, particularly during the summer months (May through August), 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 the Wenatchee Field Staff LE Ranger to schedule the patrols. The Contractor shall provide radio dispatch services to BLM law enforcement personnel and authorize the Government to use the Contractor�s radio frequencies when working within the county. 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, will notify the appropriate BLM Ranger or Field Office Manager prior to disturbing the site, to the maximum extent practicable. Contractor personnel shall comply with the minimum standards as required by the Washington 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 01 May 2020 through 30 April 2021 with actual performance of 01 May 2020 through 30 September. The performance period includes a one-year Base and 4 one-year options. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated January 13, 2017. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. 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. Offers are due by 12 December 2019, 1200 pm PST via email to awooldridge@blm.gov. For information regarding this solicitation, contact Amy A. Wooldridge at awooldridge@blm.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a16444475224b5c80b91601750151c7/view)
 
Record
SN05509752-F 20191207/191205230244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.