Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154

Federal Energy Regulatory Commission (FERC), 888 First Street, NE, Washington, DC 20426

S -- GUARD SERVICES FOR FERC HEADQUARTERS, WASHINGTON, DC SOL FERC99-RLM-80324 DUE 082098 POC Contract Specialist:Charlotte Greenwell 202-219-1156/Contracting Officer: Sylvia Brown 219-1155 E-MAIL: sylvia.brown@ferc.fed.us, charlotte.greenwell@ferc.fed.us. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. FERC99-RLM-80324 is issued as a request for proposal (RFP) and all provisions/clauses are those in effect through FAC 97-05. This is a 100% set-aside for women owned firms. SIC code is 7381 and size standard is $9 million. The Federal Energy Regulatory Commission (FERC) property located at 888 First St., NE, Washington, DC, requires unarmed, uniformed, guard services, to operate 7 posts (estimate 30,698 productive hours). 3 posts (2 fixed, 1 roving) are manned 10 hours, Monday through Friday (M-F); 2 fixed posts are manned 24 hours a day, 7 days a week; 1 fixed post manned 8.5 hours, M-F; and 1 fixed post manned 14 hours, M-F. In addition to the 7 posts, the requirement exists for a Supervismanned 24 hours a day, 7 days a week (estimate 8,760) and Project Manager (estimate 2,080) manned 8 hours, M-F. Temporary Additional Services (TAS) hours may be required (not to exceed 216 hours). Award will be for one year, with a 10/1/98 start date, and 4 one-year options. Provision 52.212-1, Instructions to Offerors-Commercial, applies. Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(6): Offerors must breakout pricing by contract year and provide a summary of all years. For each year, pricing needs to reflect (1) total price per month for productive, supervisory and project manager hours; (2) A separate priced line item per hour for TAS hours; and (3) the maximum fixed price award fee (no base fee shall be proposed). Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(10): Offerors shall submit the following Past Performance Information: For the proposed Project Manager a maximum of 5 references for projects active in or since 1993. Offerors should also provide the dollar amount of the project, the number of client/customer employees serviced and the number of employees supervised. A narrative or resume explaining how long the proposed project manager has been employed by the contractor and what the project manager's previous positions, duties and responsibilities were. For the Company -- A maximum of 5 references for projects active on or since January, 1995. Offerors should also provide the dollar amount of the project, the number of client/customer employees serviced and the number of contractor employees working on the project. For all Past Performance Information, please ensure that the company names, names of points of contact and telephone numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. Offerors should also notify the references that their names have been submitted and that the FERC will be contacting them. Provision 52.212-2, Evaluation-Commercial Items, applies. Addendum to FAR 52.212-2 SUBPARAGRAPH (a): Past Performance of the ProposedProject Manager (100 points Maximum) -- The Government will evaluate the past performance of the proposed project manager on guard services contracts with higher scores being awarded for contracts of similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced; and numbers of employees supervised. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. The Government will also evaluate the number of years the project manager has been with the company in positions similar to the supervisory position under this contract. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the contractor. Past Performance of the Company (100 points Maximum) -- The Government will evaluate past performance on guard services contracts. Higher scores will be assigned for contracts of similar size and complexity. "Similar size and complexity" for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced; and numbers of offeror's employees working on the contract. Past Performance information to be evaluated includes quality and timeliness of service; effective management of the contract; and customer satisfaction. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the contractor. The two past performance factors, when combined, are approximately equal to price. Include a completed copy of Provision at 52.212.3, Offeror Representation and Certifications-Commercial Items, with offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Addendum to FAR 52.212-4: 1. 52.252-2 Clauses Incorporated By Reference (JUN 1988). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Clauses are as follows: 52.217-8; 52.217-9; 52.228-5; 52.232-18; 52.232-33; and 52.245-2. 2. Addendum to (g)(1)-(8), for an invoice to be proper it must contain the contractor's taxpayer identification number/employer identification number. 3. Insurance Requirements -- In accordance with FAR 52.228-5, Insurance -- Work on a Government Installation, the Contractor shall maintain the following types and minimum amounts of insurance during the life of the contract. (a) Worker's Compensation and Employers Liability Insurance -- as specified by applicable statute, but not less than $100,000; (b) General Liability Insurance -- Bodily Injury Liability of $500,000 per occurrence; and (c) Automobile Liability Insurance -- $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence property damage. 4. Contract Type-This is a Fixed Price Award Fee contract. Clause 52.212-5, Contract Terms and Conditions Required ToImplement Statutes or Executive Orders-Commercial Items, applies. Addendum to FAR 52.212-5: The following clauses are incorporated by reference: 52.203-6; 52.219-8; 52.219-9; 52.219-4; 52.222-26; 52.222-35; 52-222-36; 52.222-37; 52.225-19; 52.222-41; 52.222-42; 52.222-43. Proposals are due 8/21/98, no later than 1:00 pm eastern standard time, at the above location to the attention of Charlotte Greenwell, ED14.1, Room 4J-04. If you have any questions please e-mail, Ms. Greenwell, who is the POC, no later than August 14, 1998, at e-mail charlotte.greenwell@FERC.fed.us or phone at 202-219-1156. In order to reduce FERC's administrative, copying and postal costs, vendors are requested to notify FERC at e-mail charlotte.greenwell@FERC.fed.us -- of its intent to submit a proposal within five (5) calendar days from the date of this notice. Posted 08/05/98 (W-SN233078). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0093 19980807\S-0001.SOL)


S - Utilities and Housekeeping Services Index Page