Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,2000 PSA#2549

U.S. Marshals Service, Business Services Division, 600 Army Navy Drive, Arlington, VA 22202

S -- UNARMED SECURITY GUARD SERVICE SOL MS-99-Q-0027 DUE 031300 POC Carolyn Hendrick, Contract Specialist, (202)353-8350 E-MAIL: MS-99-Q-0027, Carolyn.Hendrick@usdoj.gov. 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; quotations are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 97-14. This fixed-priced acquisition is made under simplified acquisition procedures. This Request For Quotation (RFQ) is for a base year and four one year options. The contractor shall provide one unarmed security guard per 8 hour shift to man the 24 hours a day, 365 days a year GOCO facility. There will be one Contract Line Item (CLIN) per year, base year and four one year options (CLIN 1000, 2000, 3000, 4000, 5000). The CLIN for each year shall reflect a fixed monthly amount, therefore, the quantity is 12 and the unit of measure is months for the base year and each option year.This solicitation is for commercial unarmd security guard services and is a small business set aside. The standard industrial classification (SIC) code is 7381, and the 100% small business size is $9.M. STATEMENT OF WORK -- The United States Marshals Service has a requirement to provide unarmed security guard services to the Government-Owned, Contractor-Operated (GOCO) vehicle storage facility in San Diego, CA. The GOCO facility is the largest seized vehicle storage facility in the country, and the average inventory ranges from 4,000 to 5,000 vehicles. Responsibility of The Security Guards: 1) Monitor the indoor and outdoor perimeters of the facility by manning the security console utilizing the closed circuit TV system; 2) Monitor premises to prevent internal theft; 3) Screen individuals wanting access to the GOCO facility; 4) Maintain daily logs of unusual activities, and all alarms; 5) Maintain a log to record the time of individuals entering and exiting facility. 6) Monitor and Change VCR tape when needed; The tapes are to labeled with the time and date of removal. 7) Assure that the GOCO facility customer entrance is unlocked in the morning and secured in the evening; 8) Keep the COTR informed of any security violations, and malfunctioning equipment. In cases where there are potential intruders, the security guard is to notify the San Diego Police Department, COTR, and the USMS Communications Center in San Diego. Guards must be capable of making decisions and of knowing when to act. Prohibition: The contractor, its employees, and their families, or persons acting for, or on behalf of, the contractor are prohibited from bidding on any property offered for sale by the USMS. Minimum Staffing Requirement: Contractor shall provide a duty roster for all employees assigned to guard the GOCO facility. This roster shall be used for recording the signature of each employee reporting for duty. Duty rosters shall be provided to the COTR by the Contractor upon request and must be maintained for a minimum period of one year. Logs are to be submitted upon the completion of the guard detail to the COTR on a daily basis. Individual Guard Qualifications: 1) be a United States Citizen; 2) be at least 21 years old; 3) have a minimum of one (1) year guard service experience 4) Possess all normal faculties (vision, hearing, use of both arms and legs, etc.); 5) Able to speak fluent English and write in English; 6) Be emotionally stable, no past history of emotional or mental illness. Logs and rosters must be kept current, legible, and available for review at all times. All occurrences of any significance must be recorded. Contractor Performance: Prior to actual performance of contract duties, Contractor will provide to the U.S. Marshals Service a listing of individual guards to be utilized in the performance of the contract. Prior to employment, applicants must submit to a pre-employment background investigation and complete the following forms: Form SF-85P, Questionnaire for Public Trust Positions, FD-258, Applicant Fingerprint Cards, USM-164, Applicant Appraisal Questionnaire, DD-214(Military Discharge Certification), and I-9 (Employment Eligibility Verification). The contractor will provide this information for all new employees or subcontractor employees. Employees will not be permitted to work under this contract unless they have first passed the background check. Any individuals found to have an arrest record or conviction, which is indicative of a security risk will not be allowed to work under this contract. Any individuals found to have lied on their security application will be rejected and will not be permitted to work under this contract. If USMS determines that any personnel involved with this contract, including subcontractors, are unsuitable, the USMS shall have the right without penalty to require the replacement of any employee, agent, representative, or subcontractor. At the direction of the COTR, the contractor will remove any guard that the U.S. Marshals Service considers unsuitable. Licensing and Permits: Each offeror submitting an offer under this solicitation must provide evidence that he/she has obtained all necessary licenses and/or permits required by city, county, and/or state law applicable to the performance of guard services under this contract. This includes proof of insurance. Such evidence must be submitted with the offer in the form of copies of such licenses or permits, certificate of insurance. Failure of the offeror to provide a copy of company license and/or permit, proof of insurance at the time of submission of offer may render such an offer unacceptable. Invoices and Payments: The contractor will submit an itemized invoice to the COTR by the 5th of the following month. The invoice will include a summary report that shows all assignments for the month and the contractor's Taxpayer Identification Number. **End of Statement of Work**. The following FAR Clauses apply and are incorporated by reference to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; Evaluation-Commercial Items 52.212-2. The following factors will be used to evaluate offers: 1) Technical; 2) Past Performance; 3) Price. Technical and Past Performance are more important than price. 1) Technical evaluation will be based on the offeror's understanding of the solicitation requirements. The offeror must describe in detail how they intend to meet each of the stated requirements. Proposals which merely reiterate the stated requirement will be considered non-responsive and will not be given further consideration. 2) Past Performance: The offeror shall provide a minimum of 4 references including company names, addresses, and telephone numbers of the contact person, and annual dollar value of each contract or account. 3) Price evaluations are a matter of judgement and will not be based upon the absolute standard of low price. Price evaluations will be based on an assessment of which offeror presents the optimal combination of price and price reasonableness. For that reason, the Government may make award to other than the offerorproposing the lowest price. FAR 52-217-5 Evaluation of Options in Solicitation; The government will evaluate options for award purpose by adding the total price of each option year to the total price for the base year for the total four year period. The offeror shall include a completed copy of provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-3 Taxpayer Identification number with its proposal. Certification and Representations may be obtained from the web at http://www.arnet.gov/far/97-13/html/52_ 000.html (Note underline_ after 52.). Contract Terms and Conditions-Commercial Items, Addenda Clause 52.215-5; Facsimile Proposals and 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. In addition to clause 52.212-5, the Contracting Officer has determined the following clauses apply under paragraph (b), 52.222-21-Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity; 52.222-35-Affirmative Action for Disabled Veterans and Veterans of the Vietnam Ear; 52.222-36 Affirmative Action for Workers and Disabilities; 52-232-19-Availability of funds for the Next Fiscal Year; 52.232-33-Payment by Electronic Funds Transfer -- Other than Central Contractor Registration; 52.222-41-Service Contract Act of 1965, As Amended; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment; 52.217-08 Option to extend Services; 52-217-09, Option to Extend the Term of the Contract. The applicable wage determination for this requirement is 94-2057 (Rev 20); Dated 06/04/99. The applicable wage determination will be provided upon request via e-mail. Interested sources should submit proposals, certs and reps to: The United States Marshals Service, Attn: Carolyn Hendrick, 600 Army Navy Drive, Crystal Square 3, Arlington, VA 22202-4210 no later than 3:00 PM EST., March 13, 2000. Inquiries about this combined synopsis/solicitation should be forwarded by e-mail to the address below. Answers to questions of a substantive nature will be provided on the CBDnet as an amendment. Facsimile proposals are acceptable, Fax No. (202) 353-1420. See Note 1 Posted 03/01/00 (W-SN430069). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0096 20000303\S-0010.SOL)


S - Utilities and Housekeeping Services Index Page