SPECIAL NOTICE
S -- Law Enforcement Services at various US Army Corps Lakes in Missouri, Kansas, Nebraska, and Iowa.
- Notice Date
- 3/11/2011
- Notice Type
- Special Notice
- NAICS
- 922120
— Police Protection
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-11-R-1016
- Archive Date
- 6/9/2011
- Point of Contact
- John Akin, 816-389-3665
- E-Mail Address
-
USACE District, Kansas City
(john.h.akin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is an announcement of intent to award a sole-source contract for Law Enforcement at ClintonLake, Douglas County, KS; Harlan County Lake, Harlan County, NE; Melvern Lake, Osage County, KS; Milford Lake, Geary County, KS; Perry Lake, Jefferson County, KS; Pomme de Terre Lake, Hickory County, MO; Pomona Lake, Osage County, KS; Rathbun Lake, Appanoose County, IA; Stockton Lake, Dade and Cedar Counties, MO; Truman Lake, Henry and Benton Counties, MO; and Wilson Lake, Russell County, KS to the County Sheriffs of each lake. The United States Army Corps of Engineers, Kansas City District ("The Kansas City District") requires a contractor to provide seasonal law enforcement services on US Government Land. The North American Industry Classification System code for this acquisition is 922120, Police Protection. This is a pre-award notice with the intent to award a sole-source purchase order under the authority of the Federal Acquisition Regulation, Section 6.302. The Kansas City District proposes to execute a firm-fixed price contract to satisfy this requirement. The basis of the Government proposing to issue a sole-source contract is by statute 36 Code of Federal Regulations (CFR) under part 330. The sheriffs have performed well in past years and have contributed vastly to the reduction of crime at the lake areas. THIS IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete the proposed acquisition based upon the responses to this notice is solely within the discretion of the Government. Any information received will be considered for the purposes of determining whether to conduct a competitive procurement and will become a part of the market research for this acquisition. Firms intending to provide submittals in response to this notice must submit detailed information indicating their product's ability to meet the Government's requirement. Responses must be received no later than March 14, 2011, at 2:30 CST. At a minimum, potential sources are to include the following product information with their submittal (ten-page maximum limit): 1. SPECIFICATIONS: Firms must provide product specifications/datasheets in sufficient detail to provide a comparison with ostensibly equivalent qualifications to the County Sheriffs Office, specifically arrest authority. There are approximately 13 current sites. Any and all employees for this project must meet minimal law enforcement training required by state and local laws and regulations. Equipment, patrol vehicles, equipment worn and/or carried by the individual officer, and any other equipment associated with law enforcement activities shall meet standards equal to or better than the equipment used by the local law enforcement officials. 2. PRICE: Firms must provide a price estimate for 40 hours of coverage over various shifts. 3. TRAINING COSTS: No training costs are anticipated. 4. WARRANTY AND SERVICEABLE PRODUCT LIFE: There are no foreseeable warranties with this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-1016/listing.html)
- Record
- SN02399335-W 20110313/110311234714-73f68b7327e705fd5abe1667de683c5d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |