|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152Department of the Treasury, DY, U.S. Customs Service, Procurement
Division, 1300 Pennsylvania Avenue, Suite 4.2-E, Washington, DC 20229 M -- GUARD SERVICES AT THE U.S.CUSTOMS SERVICE DATA CENTER, NEWINGTON,
VA SOL CS-98-101 DUE 081798 POC Mark Weinstein, (202) 927-0567 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. The solicitation, CS-98-101,
and subsequent award document will include all applicable provisions
and clauses in effect through FAC 97-06. The U.S. Customs Service
requires guard services in support of the daily operations of the U.S.
Customs Service Data Center Complex located on Boston Boulevard in
Newington,VA. The contractor shall provide qualified management and
guard personnel, equipment, supplies and services to maintain the
safety of the Data Center complex, facilities, and grounds and to
protect the Data Center complex (consisting of three (3) buildings) 24
hours per day, 7 days a week, 365 days per year. Specifically, the
contractor shall furnish management, supervisory, administrative,
professional, and technically trained personnel, training, uniforms,
equipment, materials and supplies necessary to staff, operate and
provide routine and emergency protective security support services in
accordance with the requirements set forth in this synopsis, post
orders, and national standards. The period of performance for this
requirement is October 1, 1998, through September 30, 1999. The
contractor shall provide Security Services which include, but are not
limited to, the following: Detection, deterrence, and reporting of
unauthorized personnel or vehicular entry into areas designated as
secure areas; Detection, deterrence, and reporting of damage,
pilferage, removal, destruction, secreting, misappropriation,
misuse,larceny, and theft of Government and personal property within
secure areas;Prevention and reporting of fire, explosion, collapses,
flooding, and other catastrophes; Use and maintenance of
Government-furnished electronic surveillance and detection systems;
Providing armed, uniformed security personnel at the Data Center
facility 7 days per week, 24 hours per day, 365 days per year. At a
minimum, the offeror shall supply six guards at the Data Center between
the hours of 6:00 A.M. and 6:00 P.M., Monday through Friday, excluding
holidays. During all other hours, the Contractor shall provide, at a
minimum, three guards at the Data Center. All assigned officers shall
have completed training in accordance with and meeting the requirements
of the General Services Administration (GSA) Contract Security Guard
Training Program in the use of deadly force and other local laws,
ordinances and codes; and providing all supplies necessary to fully
support the guard services, including but not limited to, firearms. A
firm fixed price simplified acquisition is planned. Customs plans to
award this acquisition under the Commercial Item Acquisition Test
Program set forth in FAR Part 13. This procurement has been designated
as a 100% SMALL BUSINESS SET ASIDE. Deliverables include daily and
monthly status reports, Contractor Personnel Listings, and a Safety
Assessment Report. The estimated level of effort is as follows:
Security Guard Supervisor; 1900 Hours, Senior Security Guard, 9550
Hours, and Security Guard, 29614 hours. The Security Guard Supervisor
shall be designated as Key Personnel under this acquisition. The
Contractor shall effect an orderly transition of work from the current
incumbent to its own responsibility and assume the required guard
support responsibilities on October 1, 1998. The contractor shall
effect this transition without disruption or security violation to the
facilities. The contractor shall be fully staffed to the authorized
level and shall be fully responsible for all aspects of the work under
this requirement NOT LATER THAN October 1, 1998. The contractor shall
also be responsible for ensuring continuity of services to any
successor entity and shall furnish phase-in training and exercise its
best efforts and cooperation to effect an orderly and eficient
phase-out support and a smooth transition to a successor. All personnel
employed by the Contractor responsible to the Contractor for the
performance of work hereunder shall either currently possess or be able
to favorably pass the full field five year employment background
investigation required by the U.S.Customs Service no later than October
1, 1998 so that contract performance can start on October 1, 1998. All
offerors must include a completed copy of FAR 52.212-3,Offeror
Representations and Certifications- Commercial Items in its response to
this RFP. Since this is a commercial item acquisition, FAR 12.603
(c)(3)(ii) will be used for establishing the solicitation response
time. Offers in response to Solicitation CS-98-101 should be
transmitted to Mr. Mark Weinstein, Contracting Officer, U.S. Customs
Service DY, Procurement Division, 1300 Pennsylvania Avenue, Suite
4.2-E, Washington, DC 20229,facsimile Number 202-927-1190, Internet
E-Mail Address Mark.Weinstein@ Customs.Sprint.com. Offers shall be
submitted in an original and two (2) copies and MUST include a five (5)
page technical proposal, any descriptive technical literature, and
resumes. Facsimile offers will not be accepted. Offers are due to the
Contracting Officer on August 21, 1998, 3:00 p.m. EDT at the address
set forth in the previous sentence. Offers must also include past
performance information (at least three (3) projects over the past
three (3) years) of the same or similar services with references (a
technical point of contact and a business point of contact) in order
for Customs to validate past performance. With respect to source
selection, Customs will make an award based on the following factors:
Experience (Has the offeror performed this effort previously?);
Satisfactory Past Performance (how well did the offeror perform the
effort?); and Cost/Price. Cost/Price will be evaluated to ensure fair
and reasonable pricing. The Government will evaluate offers for award
purposes based on the total price for the requirement. As part of the
Government's evaluation of the offeror's proposal, the offeror may be
required to provide upon request a one hour oral presentation of its
technical capabilities, past performance, previous business experience,
and an overview of its pricing proposal. All responsible sources may
submit an offer which will be considered (Numbered Note 1). Posted
08/03/98 (W-SN231507). (0215) Loren Data Corp. http://www.ld.com (SYN# 0075 19980805\M-0004.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|