Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121

Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. Box 92007, WWPC., Los Angeles, CA 90009-2007

S -- ARMED SECURITY GUARD SERVICES FOR OAKLAND AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC), FREMONT, CALIFORNIA SOL DTFA08-99-R-11301 DUE 071098 POC Y. Micki Hines, Contracting Officer (310) 725-7549; Quyen Nguyen, FAA Contractor Rep., (310) 725-7543 WEB: Click here to Download a Copy of SIR, http://awp.faa.gov. E-MAIL: Click here to Contact FAA Rep via e-mail, quyen.nguyen@faa.dot.gov. Services Required: The Federal Aviation Administration (FAA) hereby announces its requirement for Armed Security Guard Services on a 24-hour basis at Oakland ARTCC facility, Oakland, California. The Contractor shall provide all personnel, equipment, materials, and supervision necessary to satisfactorily perform the armed guard services. Services are required 24-hours per day, 7 days per week, 365 days per year (including weekends and all holidays). All work shall be performed in accordance with the FAA statement of work and specifications. The contract period is from October 1, 1998, through September 30, 1999, with four (4) one-year options. The estimated value for the base contract period is between $250,000.00 to $500,000.00. The Standard Industrial Code for this requirement is 7381. Evaluation Process: This announcement will serve as SIR #1 and requires written responses from any and all interested offerors who wish to be considered for award of the contract. The Government will evaluate each offeror's submission on the basis of how clearly each item is explained so it can be determined that the contractor is qualified to perform the contract in strict accordance with the FAA's requirements. It should not be necessary for the Government to conduct discussions with the offerors in order to obtain clearity of the information or documentation provided. The offerors who have satisfactorily provided all information requested will qualify for Phase 2 of the Evaluation Process. In Phase 2, each qualified offeror will receive SIR #2, Request for Offers (RFO), containing the details of the requirement. At that time, the offerors will be asked to provide their prices to this requirement. Price will be the last deciding criteria in the evaluation process. If all offerors have been determined qualified to provide the requirement, the Government will award to the responsible Contractor who provides the best overall price including all option years. It is the intent of the Government to obtain the services from the Contractor who is able to: 1) provide a well trained and managed staff, and 2) obtain the necessary security clearances required to work at the facility. It is, therefore, important for the offerors to explain how all requirements below will be met to accommodate the Oakland ARTCC facility, rather than providing generic qualifications or general "Advertisment" for the company. Information Required from Interested Offerors: The FAA will evaluate the responses to SIR #1, and will determine the RESPONSIBLE offerors who will be able to provide the above requirement to the FAA, giving the consideration to: I. COMPANY BUSINESS PLAN, to include at a minimum, the following: 1. Offeror must provide their current certificate of the "Facility Clearance" from the Defense Industrial Security Clearance Office (DISCO). 2. Offeror must be licensed, bonded and insured in the location of their principal place of business. Documentation of the license, bonding and insurance coveraged MUST be provided with the response to SIR #1. The documentation for bonding and insurance must show these items will cover employees working at Oakland ARTCC facility, Fremont, Califonria. Once the contract is awarded, the Contractor must also comply with other local and state requirements in performing this contract. 3. Offeror's written policies and procedures regarding screening, hiring, training (classroom and project site) and firearm proficiency requirements of employees. 4. Staffing -- All guards assigned to the FAA facility must be cleared by DISCO. Explain: a) how you will staff the contract, b) how you will provide coverage when an assigned guard (cleared by DISCO) is unable to report to work, c) how will you provide coverage in emergency situations, d) how quickly are you able to provide employees who possess "Personnel Clearance" from DISCO, and e) provide the approximate number of current employees who possess "Personnel Clearance" and who are able to provide services for this facility. 5. Provide information pertaining to both the company's and supervisor's experience in managing, administrating and supervision of classified contracts. II. PAST PERFORMANCE FOR THE SAME OR SIMILAR WORK. Provide at least (3) references from 1995 to present and list in the following order: 1) CLASSIFIED CONTRACTS (requiring DISCO clearance) for Armed Guard Services performed at a Federal Government facility. 2) NON-CLASSIFIED CONTRACTS for Armed Guard Services performed at a Federal Government facility, 3) Armed Guard Services performed at state or local government facilities, 4) Armed Guard Services peformed at non-government facilities, and 5) non-armed guard services. NOTE: The reference information, which must be verifiable and shall include: 1) Agency or firm name, 2) name, telephone number, and FAX number of the point of contact, 3) contract number, 4) description of the contract and services required, 5) contract length of time and dollar value. III. FINANCIAL SOLVENCY/CAPACITY. This information will be based on the evaluation of: 1) the last two (2) years of financial statements, 2) banking references, 3) two (2) credit references, 4) bonding references, and 5) insurance references. NOTE: The reference information must be verifiable and shall includ: 1) agency or firm name, 2) name, telephone number, and FAX number of the point of contract, 3) account number(s), 4) whether the account is open or closed, 5) line of credit. Documentation and the information requried by Items I, II and III above MUST be provided with the response to this SIR #1. IF UTILIZING A SUB-CONTRACTOR, the sub-contractor will also be required to provide the documentaton and the information required by Items I, II and III. The prime contractor will be required to provide documentation including prior experience of management of sub-contractor services. All interested offerors must respond to this SIR #1 in writing no later than end of business day, July 10, 1998. Responses must identify Solicitation Number DTFA08-99-R-11301. Responses should be made in writing via U.S. Mail or Federal Express to the following addresses: Mailed responses including Certified and Registered Mail: Federal Aviation Administration, Procurement Branch, AWP-55, P.O. Box 92007, World Way Postal Center, Los Angeles, CA 90009-2007, Attn: Ms. Quyen Nguyen. Special Delivery or Express Mail -- U.S. Postal Services only: Federal Aviation Administration, Procurement Branch, AWP-55, 15000 Aviation Blvd., 5th Floor, Federal Building, Room 5018, Lawndale, CA 90261, Attn: Ms. Quyen Nguyen. Handcarried offers or other types of express mail services: Federal Aviation Administation, Procurement Branch, AWP-55, 15000 Aviation Blvd., 5th Floor, Federal Building, Room 5018, Hawthorne, CA 90261, Attn: Ms. Quyen Nguyen. No facsimile respones will be accepted. Any submissions received after July 10, 1998, will not be accepted. FAILURE TO PROVIDE ANY PORTIONS OF THE REQUESTED DOCUMENTATION AND INFORMATION WILL RESULT IN THE OFFEROR BEING DETERMINED NON-RESPONSIVE AND DISQUALIFIED FROM THIS PROCURMENT ACTION.***** (0169)

Loren Data Corp. http://www.ld.com (SYN# 0074 19980622\S-0002.SOL)


S - Utilities and Housekeeping Services Index Page