Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2023 SAM #7829
SOLICITATION NOTICE

R -- Level II Armed Security Guards for the State of Alabama

Notice Date
5/3/2023 7:41:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
REGION 4: EMERGENCY PREPAREDNESS AN ATLANTA GA 30341 USA
 
ZIP Code
30341
 
Solicitation Number
70FBR423R00000026
 
Response Due
5/15/2023 2:00:00 PM
 
Archive Date
05/30/2023
 
Point of Contact
Betty Phillips, Phone: 202-746-1405, Fax: N/A
 
E-Mail Address
betty.phillips@fema.dhs.gov
(betty.phillips@fema.dhs.gov)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
COMBINED SYNOPSIS/SOLICITATION 70FBR423R00000026 This is a combined synopsis/solicitation and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends on awarding multiple Blanket Purchase Agreement(s) (BPA) in accordance with the Federal Acquisition Regulation (FAR) 13.303 and referenced Statement of Work. The North American Industrial Classification System (NAICS) code is 561612, entitled Security Guards and Patrol Services. The small business size standard is $30.0 million. The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a requirement for Level II Armed Security Guards. This requirement is for Contract Security Guards to provide security services in response at disaster related sites and facilities within the declared disaster area in the State of Alabama. These facilities are operational as Federal Facilities and require a minimum level of security, per DHS guidelines immediately upon opening. As a result, the Government intends on awarding single Blanket Purchase Agreement(s) (BPA) immediately to meet the needs for personnel, facility, and asset protection. The desired contractor must be able to provide Level II Armed Security Guards for FEMA to place on post in the areas and sites required in the State of Alabama that have been impacted by Hurricane Ian. Neither FEMA nor the federal government will house contractor employees in any FEMA or federal lodging facilities. Instructions to Offerors: To ensure timely evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, independent, and respond directly to the requirements of this synopsis/solicitation, and statement of work. The Government intends on awarding multiple Blanket Purchase Agreements (BPAs) as a result of this combined synopsis/solicitation. Calls Orders under each BPA will be issued on a firm-fixed-price basis. The Government is obligated only to the extent of authorized purchases made under the BPA. Funding shall be provided at the call order level. The Government cannot at this time determine a dollar limitation for each individual call order under the BPA. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2005-97, May 1, 2018. Offerors shall include proof of the items or proof of performance as contained in the Statement of Work in their proposal submission. (See Section 7.0 � 7.3.2 in the Statement of Work). Proof may be written narratives or capabilities statements that describe and detail performance. Submission: Reference Solicitation Number: 70FBR423R00000026 The offeror will complete and submit the following in order to be considered for award: a.Offeror must be registered in System for Award Management (SAM) and possess an active UniqueEntity ID (UEI). Offerors that submit a proposal but are not registered in SAM will not be consideredfor award. b.Offeror must submit pricing as requested c.Offeror must complete and submit all requirements per SOW and Combined Synopsis/Solicitationrequest to be determined responsible. Offeror not meeting the requirements will be deemed nonresponsible and remove for consideration for award. Provisions at 52.212-2 Evaluation- Commercial Items As a result of this combined synopsis/solicitation the Government will award multiple BPA 's resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation and have been considered most advantageous to the Government, price and other factors considered. The evaluation of options will be evaluated at the same time. The following factors shall be used to evaluate offerors: (1) Technical; (2) Past performance and, (3) Price. Technical and Past performance, when combined are of relative importance of all other evaluation factors, when combined, when compared to price (FAR 15.304). 1.Technical: Meet Government Requirements or Does Not Meet Government Requirements Technical evaluation will be based on the offerors ability to meet the requirements of Section 7.0 � 7.3.2 in theStatement of Work (Attachment 1) and additional items below. Offeror are required to physically submit thelisted documents below for evaluation of minimum qualifications in the Statement of Work (Attachment 1). Required documentation to be submitted within the proposal are: �Records of firearms qualification and training for all employees �Proof of Uniform and Equipment list �Proof of Firearms and Ammunition Inventory �Management technique for Armed Guards at multiple locations �Business license showing proof to operate within the state for which applying �Offerors who have no prior federal government history, FEMA reserves the right to determinefinancial capability of the offeror by requesting the completion of the Determination of FinanceResponsibility form, Attachment 4 (prior to award of a BPA); Offeror must show financial stabilityfrom a banking institution with working capital in the amount equivalent to one month�s salary for allguards based on the Department of Labor Wage Determination labor rate for the state of Alabama; �Verification of SAM registration to include Representatives and Certifications. 2.Past performance: Satisfactory/Neutral/Unsatisfactory Past Performance evaluation will be based on the offeror�s completion of the Past Performance Questionnaire (Attachment 3) listing the last three (3) references relevant to performing armed guard services, to include a narration of past projects demonstrating their strengths and capability for management of armed guard services. Any offeror who does not provide a completed Past Performance Questionnaire will not be considered for award. The Government will also utilize data in CPARS, inclusive of the Past Performance Information Retrieval System (PPIRS), contract to review an offeror�s past performance. If the Government finds adverse past performance, offeror will not be considered for award. 3.Price: Fair and Reasonable The offeror must submit a breakdown of their hourly rate. The government will evaluate the offeror�s hourly rate to determine a fair and reasonable price. The Offeror must also address all other requirements within the Statement of Work (Attachment 1). The Government reserves the right to add additional offerors that have met the minimum requirements at any time during base and/or option periods to ensure the Government mission and efforts are satisfied. Assessment/Rating will be in accordance with the following table: Technical: Meet Government Requirements or Does Not Meet Government Requirements Rating/Rating Description of Assessment Every quotation evaluated will be rated using the described adjectival rating scale. Meet Government Requirements The proposal demonstrated the ability to meet and/or exceed the requirements set forth in the solicitation. Does Not Meet Government Requirements The proposal did not demonstrate the ability to meet and/or exceed the requirements of as set forth in the solicitation. Past Performance: Satisfactory/Neutral/Unsatisfactory Ratings for Past Performance only: SATISFACTORY The Offeror�s past performance record indicates that the offeror likely will successfully provide services that meet or exceed the requirement. NEUTRAL The Offeror has no relevant past performance. UNSATISFACTORY The Offeror�s past performance record provides substantial doubt that the Offeror will successfully provide the services required. All eligible offerors may submit a proposal, however, if the Government finds adverse past performance, adverse past performance in CPARSs, adverse performance history in the Department of Labor, adverse financial standing, or adverse performance history in FAPIIS, the offeror will not be considered for award. Evaluation Criteria and Basis for Award The Government intends on awarding multiple Blanket Purchase Agreements as a result of this solicitation. The Government intends to evaluate offers and award multiple BPAs using the Best Value/Trade-off. The offeror�s initial offer should contain the offeror�s best terms from a technical and price standpoint meeting the requirements outlined in the Statement of Work and Combined Synopsis/Solicitation. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received. The Government will utilize data from Department of Labor to evaluate Contractor�s payment history. The Government reserves the right to award a mix of BPAs consisting of local offerors, small businesses, and offerors outside of the state of Alabama, if the Government deems it beneficial to accomplish this requirement. The Government also reserves the right to add additional offerors later, if Government deem it beneficial to accomplish this requirement. Terms and Conditions FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders- Commercial Items. The following FAR provisions apply: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.225-13, Restrictions on Certain Foreign Purchases 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-13, 52.209-6, Protecting the Government�s When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.204-9 Personal Identity Verification Of Contractor Personnel (JAN 2011) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services; 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.204-26, Covered Telecommunications Equipment or Services-Representation; 52.219-28 Post Award Small Business Program Representative; 52.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Worker with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving. Additional 52.204-4 Printed Copied Double-Sided on Recycled Paper, 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-4, Recovered Material Certification; 52.223-5, Pollution Prevention and Right-to- Know Information; 52.223-10, Waste Reduction Program; 52.223-11, Ozone-Depleting Substances; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.223-15, Energy Efficiency in Energy- Consuming Products; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.223-19 Compliance with Environmental Management Systems. 52.224-1 Privacy Act Notification (APR 1984) 52.224-2 Privacy Act (APR 1984) FAR 52.217-8 Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed twelve (12) months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days. FAR 52.217-9 Option to Extend the Term of The Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within one (1) calendar day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five (5) calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. Option will be considered at the Call Order level.If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) Base year and two (2) Option years.Description of Agreement: This agreement is offered for the purchase of Level II Armed Guard contract services as identified in the Statement of Work, located within the state of Alabama. The Government is obligated only to the extent of authorized Call Orders placed against resulting BPA's and shall not be liable in any manner in the event no Call Orders are made. The period of performance shall be one (1) base year from date of award and 2 one-year option periods. The Government anticipates making awards on or around May 17, 2023. Questions: Offerers must submit questions not later than 3:00 p.m. (EST) on Friday May 05 , 2023, directly to SAM.gov Proposal Due: Offerors must submit their required proposal documentation not later than 5:00 p.m. (EST) on Friday, May 15, 2023, directly to SAM.Gov ATTACHMENTS: 1.Statement of Work2.SCA Wage Determination (www.sam.gov/content/wage-determinations)3.Past performance questionnaire4.Determination of Finance Responsibility 5.Labor Rate Sheet 6.Local Area Documentation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03ac920c4b4f4b9998f48780612a4a1f/view)
 
Place of Performance
Address: AL, USA
Country: USA
 
Record
SN06670245-F 20230505/230503230112 (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.