Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOLICITATION NOTICE

R -- Security Services - Unarmed Security Patrol Services

Notice Date
7/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
P12PS26275
 
Response Due
7/31/2012
 
Archive Date
7/16/2013
 
Point of Contact
Myron L. Forsberg Contract Specialist 3608547221 Ron_Forsberg@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-58. This action is set-aside for small businesses, NAICS 561612 (Security Patrol Services), with a small business size standard of $18.5M average annual gross receipts for the past three years and is subject to the Service Contract Act. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. We reserve the right to cancel this Request for Quotations. I. Background: The National Park Service, Fort Vancouver National Historical Site (FOVA) has a requirement and is seeking quotes for Unarmed Security Patrol Services for buildings and grounds located within the site. Services as described in the Scope of Work (SOW) below are considered as the minimum requirement. Vendor / contractor selection will consider how well their quote meets or exceeds this requirement and provides the best value for the government. Award will be a best value award utilizing Simplified Acquisition procedures and contract is expected to be for one year with a renewal option for up to four (4) additional years at the discretion of the NPS. A site visit is recommended prior to submitting a quote and can be arranged by calling Greg Shine, Chief Ranger and Contracting Officers Representative (COR) at phone: 360-816-6231 or email: Greg_Shine@nps.gov. II. Location: Fort Vancouver, National Historic Site. 612 East Reserve Street. Vancouver, WA 98661. FOVA website: http://www.nps.gov/fova/. III. Contractor Tasks: The Contractor shall furnish all labor, supervision, materials, equipment, transportation, and management necessary to provide Unarmed Security Patrol Services in accordance with the stated requirements and shall implement all necessary scheduling, personnel, and equipment control procedures to ensure timely accomplishment of all security guard service requirements. - Contractor shall describe any special requirements or conflicts within this SOW in their quote. Contractor will be required to provide Patrol and Inspection Security Services for park grounds and sixteen (16) main buildings of the East Barracks and the perimeter of a fenced area containing seven (7) buildings of the South Barracks. These services shall include; 1) Patrol Inspection, including the use of uniformed staff in marked vehicles, on-foot and/or bicycle patrols throughout the site and around buildings; 2) Gate Access Service, including opening and closing vehicle access gates each morning and evening; and 3) Responding to, documenting and reporting security related incidents. 1) The Patrol Inspection shall include the following components: - A minimum of five (5) inspections per evening, at no less than one (1) every two (2) hours, between the hours of 8:00 p.m. and 6:00 a.m. seven (7) days a week plus a minimum of one (1) added inspection between 11:00 a.m. and 2:00 p.m. each Saturday, Sunday and Federal Holiday. - Patrols will primarily be responsible for typical security concerns such as unauthorized entry onto park grounds and access or entry into buildings through exterior doors and particularly basement access doors, windows on ground and at basement level floors, fire escapes, fire escape ladders and second-floor windows and doors accessible by fire escapes. Additional areas of concern are areas under stairs, porches, crawlspaces, and other areas with obstructed views such as building perimeters with overgrown vegetation. - An assurance procedure for verifying completion of patrols; such as a system requiring card swipes at various buildings to document that inspections were completed on schedule as described (Contractor to recommend appropriate method for implementing this requirement). Contractors should note that the facilities contained within the East and South Barracks are a unit of the National Park Service and is a protected archaeological site listed on the National Register of Historic Places. Therefore, security officers shall provide traditional security services, however will also be required to coordinate their on-foot patrols to observe for indications of damage or tampering with park buildings, structures or property, to include occurrences such as alteration or loss of original materials on buildings, grounds and other improvements and evidence of unauthorized digging or ground disturbance. Incidents such as these shall be reported and responded to per standard security protocols. 2) The Gate Access Service shall include the following components: - Ensuring that vehicle access gates to the East and South barracks are closed each evening at 8 p.m. and opened each morning by 6 a.m. 3) Responding to, documenting and reporting security related incidents. Security Officers shall: - Provide a positive security presence by being in uniform, conspicuous and attentive while on-site and during patrols. - Be mentally alert and capable of taking prompt efficient action to mitigate emergency situations such as fire, attempted theft, and other acts detrimental to safeguarding Government personnel and property. - Be able to effectively interact with the public in providing information regarding park boundaries, accessible areas and limited or no access areas. - Respond to security related incidents by immediately calling local law enforcement agencies in the event of any unauthorized entry or on-going damage to park property. - Be able to effectively document and provide detailed reports to park personnel regarding any and all security related incidents. - Security officers shall also make proactive and preventative security-related recommendations, including the need for vegetation trimming and building or feature repair. Consistent with guidelines from the Department of Public Safety Standards and Training, each security officer shall be required to complete and maintain: - Eight (8) hours of required Washington State, state-specific training. - Four (4) additional hours of modular assessment training. - One (1) information and orientation walk of the site with National Park Service personnel. - Certification in CPR and First Aid. IV. Price Schedule: Contractors shall submit quote for a firm, fixed annual price for all requirements, however quote must be itemized to include: 1) Price per hour for security guards; 2) Total monthly price; 4) Total annual price. Note contract subject to Service Contract Act. Wage Determination # WD 05-2441 (Rev.-12), with latest posting on www.wdol.gov on 06/19/2012. V. Invoicing and Payment: Invoicing for security services will be on a monthly basis and Payment will be by Electronic Funds Transfer (EFT, direct deposit net 30 days), with contractor's option for a prompt payment discount. VI. Award Info - Best Value Procurement: The Government intends to make a Firm Fixed Price, Best Value Award to the responsible Quoter whose quote conforming to this solicitation (RFQ) will be most advantageous to the NPS. Evaluation will utilize Simplified Acquisition (FAR Part 13) procedures with the following evaluation factors considered: 1. Price. 2. Contractor's technical capability and relevant business experience. 3. Contractor's past performance. Evaluation factors other than cost or price when combined are approximately equal to cost or price.. VII. Instructions to Offerors / Quotation Submittals: The deadline for receipt of quotes is July 31, 2012 at 3:00 pm PST. Questions regarding this solicitation must be submitted in writing to Ron_Forsberg@nps.gov. Answers will be provided in writing to the requester (if the answer is already within the RFQ) or provided in amendment(s) to the solicitation. Amendments to this solicitation will be posted to the NPS electronic commerce website; https://ideasec.nbc.gov. Search document number: P12PS26275. Quotes may be submitted on letterhead or the Standard Form (SF-1449), and must include, at a minimum: 1. Completed Price Schedule. 2. Documentation addressing the evaluation factors indicated above, including: a. Technical Capability; Provide a detailed description of plan for performing the security patrol services and capabilities to perform the service. (To include recommendation for assurance system requirement discussed in Patrol Inspection Components paragraph above). b. Past Performance; List of references, preferably governmental, for work that most closely resembles the type of services called for in this solicitation. Provide a brief summary of the security service work, dollar amount, dates, contact names, phone numbers, and addresses for each reference. 3. Contractor's remittance address, DUNS number, and federal tax identification number; 4. Name, phone number, and address of your point of contact; 5. Signature of official authorized to bind your organization. Prior to submission of a quote, the offeror must: 1. Maintain a current profile in the Central Contractor Registration database at https://www.bpn.gov/ccr/; and 2. Have completed the online submission of annual representations and certifications https://orca.bpn.gov/. Clauses: Offerors must review and comply with the FAR provisions/clauses listed below, which are hereby incorporated. Their full text is available at https://www.acquisition.gov/far/. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all paragraph (a) and with paragraph (b) clauses numbered 1, 2, 3, 4, 6, 12, 23, 28, 29, 31, 38, 42 and 47. FAR 52.217-5 Evaluation of Options. FAR 52.217-8 Option to Extend Services. Submit one complete quote package to: North Cascades National Park. Procurement Attn: Ron Forsberg. 810 State Route 20. Sedro Woolley, WA 98284. Or you may fax your quote to: Fax#: 360-856-1934 or email: Ron_Forsberg@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS26275/listing.html)
 
Place of Performance
Address: Fort Vancouver, National Historic Site612 East Reserve StreetVancouver, WA
Zip Code: 98661
 
Record
SN02804514-W 20120718/120716235738-f5725d5315b65727344734a660344de0 (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 |
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.