SOLICITATION NOTICE
V -- Employee Transportation Services - LSJ 242-12
- Notice Date
- 10/4/2012
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- HSHQDC-12-Q-00421
- Archive Date
- 11/3/2012
- Point of Contact
- Elizabeth Walsh, Phone: (202)447-0197, Paula Nusbaum, Phone: (202) 447-0907
- E-Mail Address
-
elizabeth.walsh@hq.dhs.gov, Paula.Nusbaum@hq.dhs.gov
(elizabeth.walsh@hq.dhs.gov, Paula.Nusbaum@hq.dhs.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS-33F-0014T
- Award Date
- 9/27/2012
- Description
- DHS Limited Source Justification 242-12. This requirement is for all personnel, storage, materials, supplies, vehicles, equipment, fuel, licenses, permits, authorizations, certifications, insurance, services, and maintenance required to perform transportation functions in accordance with all applicable Federal, State, and local laws and regulations. This task order will provide daily fixed route shuttle services for employees of the following DHS Components located in the Washington, DC metropolitan area: Headquarters, Federal Emergency Management Agency, Transportation Security Administration, and the United States Coast Guard. The anticipated period of performance is September 29, 2012 through February 1, 2013. The contractor, RHG Group, performed transportation services of the type described above under DHS task order HSHQDC-12-J-00048, which expired September 28, 2012. DHS is in the process of conducting a procurement under FAR Subpart 8.4 to recompete these services and establish a minimum of two Blanket Purchase Agreements (BPAs) to support employee transportation needs on a Department-wide basis. The BPAs are set aside for firms qualifying as small businesses under North American Industry Classification System (NAICS) code 485999. The projected timeframe for the award of these BPAs is early to mid-November, 2012. DHS expects that Components will require at least two months to issue calls against these BPAs and transition the transportation services from the incumbent contractor to the BPA awardee(s). The DHS Office of Security mandates specific security requirements ensuring protection of DHS personnel and facilities. The vendor is required to provide suitable personnel and comply with highly specified physical security requirements. The contractor's employees must be on-boarded through the DHS security suitability process prior to performing work, which can take from a few weeks to a few months. The contractor must also meet minimum vehicle storage requirements prescribed by the DHS Office of Security. The storage security requirements are necessary to ensure passenger safety and would likely require the contractor to make costly and time consuming modifications to its current vehicle storage facility to ensure adherence to these specifications. Therefore, DHS is not in a position to conduct a competition for interim transportation services for a four month period without such a competition resulting in a service disruption to a critical service. DHS determined that RHG Group is the only firm that can effectively provide continuous transportation services, on an interim basis, while a transportation contract is recompeted for the purpose of establishing new BPAs. The incumbent, RHG Group, possesses specialized experience, capabilities, and capacities specific to DHS's needs necessary to continue to provide transportation services without a break in service. RHG Group currently possesses the physical security systems, mandated by the DHS Office of Security, in order to comply with requirements for protection of DHS personnel and facilities. Any new contractor would need to hire and train new employees and obtain the required security credentials and physical security capabilities and capacities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-Q-00421/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02908730-W 20121006/121004235438-5963208408511d1fbac4aabedffc8ee0 (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 |