Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152

Department 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