|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269Fleet Industrial and Supply Center, DET Washington 901 M Street S. E.
Washington Navy Yard, Bldg 200-4, Washington D. C. 20374 S -- SECURITY GUARD SERVICES SOL N00600-99-R-1058 DUE 020598 POC
Contact: Mr. Dave Brown 202-433-8494 or Contracting Officer, Mr. Roscoe
Crawford, 202-433-5387 The United States Department of Agricultural
(USDA) is seeking capabilities statements from responsible small
business firms interested in performing security guard services for the
four building USDA Headquarters (HQ) Complex in Washington D.C.
(building space approximately 2.8M sq. ft.) and the four interconnected
buildings that comprise the USDA Beltsville Office Facility in
Beltsville Maryland (building space approximately 350K sq. ft.).
Responses to this announcement will be used primarily to determine
whether or not sufficient small business capability and interest exist
to set-aside this requirement exclusively for small business firms.
The applicable SIC code and size standard are 7381/$9M. The Contractor
must be licensed by the state of Maryland, state of Virginia, and the
District of Columbia to provide armed security guard services. The
Contractor must demonstrate capability to manage and provide an armed,
uniformed protective security force to operate 43 security posts,
which includes 10 posts that are manned 24 hours a day, 7 days a week.
Estimated annual productive hours required are 2,080 productive hours
of project management, 16,216 productive hours of supervision, and
162,287 security officer productive hours (includes only the actual
working time of employees perform-ing services as specified on the
indi-vidual Guard Post Orders). The Contractor must also demonstrate
the capability to provide additional services of up to fifteen (15)
qualified, trained, and experienced guards for any given eight (8) hour
shift if ordered. Additional services may be performed at the USDA
Headquarters (HQ) Complex, the USDA Beltsville Office Facility, and
other USDA sites located throughout the Washington/VA/MD Metropolitan
area as specified in the solicitation. The Contractor must demonstrate
that they process the capability to provide management, supervisory,
administrative, and professional security guard personnel who are
qualified, trained, and experienced. The employment qualification
requirements for security guards exceed Guard II standards and include,
but are not limited to, education (HS diploma or GED), communication
skills, experience, medical, and background checks. The Project Manager
shall possess at least a minimum of five (5) years of successful
security experience in field supervision (civilian community law
enforcement, military service law enforcement, commercial or industrial
guard service) and three (3) years (within last five years) of
management experience. Shift Supervisors shall possess at least a
minimum of three (3) years of successful security experience in field
supervision (civilian community law enforcement, military service law
enforcement, commercial or industrial guard service). Security Officers
shall possess at least three (3) years of security experience within
the last five (5) years. All security officers must possess at least a
minimum of one year of security experience as an armed security
officer within the last two years. All security officers must be
licensed to carry firearms by both the General Services Administration
(GSA) and the state of Maryland. The Contractor must demonstrate that
it has the capability to provide necessary training. All training
(basic and firearms) shall be provided by an instructor(s) certified by
both the General Services Administration (GSA) and the state of
Maryland. The Contractor must also demonstrate that it has the
capability to provide necessary administrative support, uniforms,
equipment, materials, and supplies necessary to provide all the
required services. The Government anticipates a one-year contract with
4 one-year options. Small business firms responding to this synopsis
must: (1) state that they are a small business based on the size
standard above and state if they are small disadvantaged, woman-owned
business, or 8(a); (2) Provide the name of the firm involved in
security guard services, point of contact with phone number, number of
employees of the firm involved with security services, and annual
revenue for SIC code 7381; (3) detailed information supporting their
capabilities and qualifications to provide the required management and
security guard services; (4) specific relevant security guard
contracts being performed or recently completed, detailed description
of the work, explanation of how work relates to the USDA requirement,
size of buildings supported, number of posts and employees working on
contract, annual and total dollar value of contracts, contract numbers,
points of contact and phone number; and (5) any other pertinent
information which would enable the Government to assess the firm's
capabilities. It is imperative that firms respond with the required
information so that capabilities can be evaluated accurately. This
synopsis is for planning purposes only and does not commit the
Government to pay for the information requested, issue a solicitation,
or award a contract. Interested small business firms must submit their
complete response, not to exceed 10 single sided pages, stating the
Solicitation Number to theattention of the contracting officer no later
than 2:00 PM EST on 5 FEB 1999. Responses should be mailed to the above
Navy Yard address. Posted 01/22/99 (W-SN290654). (0022) Loren Data Corp. http://www.ld.com (SYN# 0092 19990126\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|