Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2003 FBO #0738
SOURCES SOUGHT

R -- GUARD SERVICES-FCI EDGEFIELD and FCI ESTILL, SC

Notice Date
12/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
30503-0009-4
 
Response Due
12/14/2003
 
Archive Date
12/30/2004
 
Point of Contact
Michael Rouanzion, Contract Specialist, Phone 972-352-4522, Fax 972-352-4545, - Jill Ryan, Section Chief, Southern, Phone (972) 352-4503, Fax (972) 352-4545,
 
E-Mail Address
mrouanzion@bop.gov, j1ryan@bop.gov
 
Description
The Federal Bureau of Prisons has a requirement for security guard services at the Federal Correctional Institution, 501 Gary Hill Road, Edgefield, SC 29824, and the Federal Correctional Institution, 100 Prison Road, Estill, SC 29918. The small business size standard for this requirement is $10.5 million and the NAICS is 561612. It is estimated that the contractor will perform 1,224 yearly hours at the FCI Estill and 1200 yearly hours at the FCI Edgefield. These hours are estimates only. Duties include, but are not limited to the contractor providing security guard services, on an as needed basis for inmates sent from the Federal Correctional Institution to local medical facilities for medical treatment. All BOP security standards and procedures will be complied with by the contractor. All contractors will be licensed in the State of South Carolina and meet all regulatory and license requirements in that state. Contractor approved personnel will have approved weapons on their persons at all times while on duty, possess state firearms certification as well as state and/or local license for armed guard, possess current firearms proficiency certification (for armed guards). All contract guard employees must be tested for use of illegal drugs. The contractor shall not employ any person as a guard supervising Bureau inmates who is under supervision or jurisdiction of any parole, probation, or court/correctional authority. The contractor shall train each employee in: proper Bureau techniques for guarding inmates, use and application of restraints, integrity, and use of force. Program Statements regarding the above Bureau techniques are available on the web at www.bop.gov in the FOIA/policy section. The contractor will be responsible for orientation and indoctrination of contract guards. This orientation must be sufficient to ensure that all guards comply with all contract-established rules and procedures. The contractor will be bonded for civil liability of not less than $250,000. BOP staff will specify restraint requirements and procedures for each prisoner and contract personnel will not deviate from these requirements. Restraining equipment will be placed on all Federal prisoners and remain on at all times while in the custody of security personnel. The contractor will provide a contact person 24 hours a day, seven days a week. The contractor will provide adequate supervisory personnel to insure frequent and random security checks on employees. These security checks, at a minimum, will be once each shift and be reflected in the logs which are maintained by the security personnel assigned to the detail. The contractor must provide employees providing guard service with photo identification cards. The contractor must use uniformed personnel to guard inmates. The contractor's personnel will not be permitted to smoke anywhere at any time during the tour of duty. The Contractor must indemnify the Government for any liability producing act or omission by the Contractor, its employees and agents occurring during contract performance. The work is expected to start on or about April 1, 2004, for twelve months, with four possible one-year options to follow. Each and every contract worker will be required to submit to security clearance requirements. We are publicizing this acquisition in this manner to determine whether there are firms with the interest and capabilities to warrant continuing to set this acquisition aside under one of the applicable programs, or whether services should be solicited on an unrestricted basis. If you are interested in performing these services and believe you are capable of meeting the requirements, please respond by return e-mail with a brief (no more than 10 pages) Statement of Capabilities identifying (1) Your experience with requirements of this magnitude and scope, (2) Your current guard force employee turn-over rate, (3) Your experience with providing guard services in a correctional environment, (4) Your Quality Assurance Program, (5) Your program and capabilities for start-up and recurring training, (6) Your capabilities in using technology to improve the administrative support and types of service you would provide to a customer of this nature, (i.e. equipment inventories, personnel attendance, incident reports, officer logs, trouble reports), (7) Your socioeconomic status (small business, 8(a), HUBZone, small disadvantaged business, women-owned small business, veteran-owned small business, service disabled veteran-owned small business, etc.), and (8) Your ability to staff and perform a requirement of this nature on top of your present workload. For our decision-making purposes, responses must be received within 10 days of this notice. Questions and responses may be delivered by electronic mail, facsimile or telephonically.
 
Place of Performance
Address: Federal Correctional Institution-Estill, SC, Federal Correctional Institution-Edgefield, SC,
Zip Code: 29918
Country: USA
 
Record
SN00480128-W 20031205/031203211828 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.