Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,2000 PSA#2558

Fleet & Industrial Supply Center, Norfolk Detachment Washington, Washington Navy Yard, 1014 N Street SE, Suite400, Washington DC 20374-5014

R -- ARMED SECURITY GUARD SERVICES SOL N00600-00-R-1774 DUE 053100 POC Mr. Richard Weibel at (202) 685-1286 1. The United States Department of Agriculture (hereinafter referred to as, "USDA") is soliciting for the procurement of Armed Security Guard Services. There are two locations where the services will be performed. The first location is the USDA Headquarters (HQ) Complex, which has a complement of four (4) buildings in Washington, D.C. The building space is approximately 2.8M sq. ft. The second location is the George Washington Carver Center (GWCC) in Beltsville, Md. There are four (4) inter-connected buildings with an approximate building space of 350K sq. ft. 2. This procurement will be awarded under the terms of FAR Part 19.502 "Total set-asides." A total set-aside occurs when the entire amount of an acquisition (or class of acquisitions) is reserved for participation by only small business concerns. The Contracting Officer makes the determination that a set-aside should be total if there is reasonable expectation that offers will be received from at least two responsible small business concerns and that the award will be made at a best value to the Government. If the Contracting Officer receives no acceptable offers from responsible small business concerns, the set-aside will be withdrawn and the requirement shall be unrestricted. 3. Under the terms of FAR Part 15.306 (c)(2), the Contracting Officer may limit the number of proposals in competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 4. The contractor must demonstrate the following capabilities: A. Be licensed by the State of Maryland, Virginia, and District of Columbia to provide Armed Guard Services. B. Manage and provide an Armed, Uniformed, Protective Security Force. C. The contractor shall operate 43 Security Posts, which include ten (10) Posts that are fully manned 24 hours a day, 7 days a week, 365 days a year. D. Project Management estimated annual productive hours required is 2,080. E. Supervision estimated productive hours required is 16,216. F. Security Officer estimated productive hours required is 162,287. The productive hours includes only the actual working time of employees performing services as specified in the individual Guard Post Orders. G. Additionally, the contractor must also demonstrate the capability to provide additional services of up to fifteen (15) qualified, trained, and experienced Security Officers for any given eight (8) hour shift if ordered. 5. Additional services may be performed at the USDA HQ Complex, The USDA George Washington Carver Center, and other sites located throughout the Washington/VA/MD Metropolitan Area as specified in the solicitation. 6. The contractor must demonstrate that they have the capability to perform under the terms and conditions of the solicitation. Particularly in the areas of Management, Supervisory, Administration, and Professionalism of Security Guard Force that is trained and qualified to perform in accordance with the solicitation. 7. Employment Qualification Requirements: A. Special Note: All Supervisors andSecurity Officers while performing their tasks while on duty shall have a District of Columbia Special Police Officer (SPO) commission with sufficient authority to detain or make arrests for violations of law. The Contractor shall assume full authority for any act of his/her employee (s) in the exercise of any such police authority. Copies of the SPO commission described herein shall be provided to the Contracting Officer's Representative (COR) at least three working days prior to the anticipated assignment date of any individual. B. Security Guards (this may include, but are not limited to.): (1). Exceed Guard II standards. (2). Education (HS Diploma or GED equivalent.) (3). Communication skills. (4). Previous Security Guard experience. (5). Medical and appropriate Background checks. C. Project Manager: (1). Shall possess 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.) (2). Three (3) years of Security Management experience within the last five (5) years. D. Shift Supervisor: (1). Shall possess 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.) 8. All Security Officers shall possess the following: A. At least one (1) year experience as an Armed Security Officer within the last two years. B. Must be licensed to carry firearms and a certified SPO by both the General Services Administration (GSA) and the State of Maryland. 9. Training: A. The contractor must demonstrate it can provide applicable training to the Security Force. B. Basic and Firearm training shall be provided by an instructor (s) that is certified by GSA and the State of Maryland. 10. Administration: A. The contractor must demonstrate it can provide applicable Administrative Support, Uniforms, Equipment, Materials, and Supplies to the Security Force as determined in the individual Post Orders, Statement of Work, Solicitation, and other terms and conditions as indicated in the basic contract. 11. Anticipated Period of Performance: A. Base year and Four (4) Option years. B. Additionally, the basic contract will include the following clause, FAR Part 52.217-8, "Option to Extend Services". The clause will give the Government a unilateral right to extend the basic contract for up to 6 months following the successful completion of the base year and four (4) Option years respectively. 12. The applicable SIC code is 7381. The size standard is $9,000,000.00. 13. Contract Information: A. Anticipated Contract Award and Start Date: 31 July 2000. B. Site Visit: Shall be determined at a later Date. C. Site Visit Instructions and Agenda will follow as well. D. Solicitation Closing Date: May 31, 2000. 14. Request for copies of the solicitation: A. It is anticipated that copies of the solicitation will be made available during the first week of April. B. Submission requests for a copy shall be addressed to the following: Fleet and Industrial Supply Center Norfolk, Detachment Washington DC, Attn: Customer Service Center, 1014 N Street SE, Suite 400, Washington DC 20374-5014. C. Request received via facsimile will be entertained as well. The Fax number is: (202) 433-9569. 15. The Contract Negotiator for this procurement is: Mr. Richard Weibel at (202) 685-1286, E-mail: richard_e_weibel@fmso.navy.mil and Facsimile at (202) 685-0002. Posted 03/14/00 (W-SN434255). (0074)

Loren Data Corp. http://www.ld.com (SYN# 0058 20000316\R-0011.SOL)


R - Professional, Administrative and Management Support Services Index Page