Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
MODIFICATION

R -- CSO Services 1st, 5th and 8th Circuits

Notice Date
4/1/2020 5:37:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
US DOJ, USMS OFC SECURITY CONTRACTS WASHINGTON DC 20530 USA
 
ZIP Code
20530
 
Solicitation Number
15M20020RA32CSO20
 
Response Due
4/15/2020 8:59:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
Angelica Spriggs, Contracting Officer
 
E-Mail Address
OSC.Procurements@usdoj.gov
(OSC.Procurements@usdoj.gov)
 
Description
� � � � � � � � � � � � � � � � � � �*THIS IS NOT A REQUEST FOR PROPOSALS* The U.S. Marshals Service (USMS) intends to issue a Request for Proposal (RFP) 15M20020RA32CSO20 for Court Security Officer Services for the physical security of federal judiciary court facilities in the 1st, 5th and 8th��Federal Judicial Circuits. These services are being procured under FAR Part 15. The Statement of Work (SOW) is a design/detailed specification. The Contract shall ensure all duties required of a Court Security Officer (CSO) shall be performed within the scope of the contract and as required by the SOW. CSOs are deputized as Special Deputy U.S. Marshals while on duty at their given worksites are authorized to carry firearms and detain individuals until relief is provided by a USMS official or another law enforcement officer. The contractor shall provide: all necessary physical security personnel, management, supervision, equipment, materials, supplies (except as otherwise provided by the Government); administrative support to include, office facilities, office equipment, contractor provided and hosted online automated and integrated Daily Time and Attendance System, Quality Assurance Program, a variety of reports, accurate record keeping, administrative materials and supplies, and transportation; and, training and qualifications to include weapons training and qualifications, In-District Phase I Orientation, Phase II Orientation, Annual Training, and On-the-Job Training. Training may be supported by multiple delivery methods including a contractor provided and hosted on-line Learning Management System, written training plans, written lesson plans, and instructor-led training by qualified trainers and instructors. The contractor shall provide at a minimum, fully vetted and qualified Court Security Officer candidates that have successfully completed federal, state, county, municipal or military law enforcement academy training; that have a minimum of three (3) calendar years' of verifiable experience as a certified law enforcement officer or its military equivalency with general arrest authority. All three (3) years of general arrest authority shall have occurred within the last seven (7) years. Each candidate must undergo and pass suitability and background investigation requirements and meet medical standards and physical fitness requirements. The contract is subject to FAR Clause 52.222-17 Non-displacement of Qualified Workers. The Government intends to award a separate contract for each Judicial Circuit. The resulting contracts will be Indefinite-Delivery/Indefinite-Quantity (ID/IQ), Labor Hour (LH) contracts with fixed priced CLINS. The term of the contract will include a one-year base period and four one-year options. All options will be evaluated for award purposes. To be considered for award: the offeror shall submit a proposal for all sites within each District for which a proposal is prepared; meet the Special Standards of Responsibility's Acceptable Financial Capability/Condition and Capability requirements. No questions will be entertained at this time. All future information about this acquisition, including solicitation and amendments, will be distributed solely through this website. Interested parties are responsible for monitoring the website to ensure that they have the most up-to-date information about this acquisition. The USMS intends to issue this solicitation under full and open competition. The anticipated release date of the solicitation is 4/17/2020. All responsible sources may submit a proposal upon release of the solicitation. Due date for the proposal is anticipated to be within 30 days upon issuance of the solicitation. Services are anticipated to commence on or about 10/01/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26c1b97664664f1e9035460ff3b041d4/view)
 
Record
SN05606733-F 20200403/200401230141 (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  © 1994-2020, Loren Data Corp.