Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOURCES SOUGHT

99 -- 2017 Lower Columbia River Security Services

Notice Date
4/1/2016
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-16-R-0061
 
Archive Date
4/29/2016
 
Point of Contact
Derek Caputi, Phone: 5038084613
 
E-Mail Address
derek.caputi@usace.army.mil
(derek.caputi@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought From: U.S. Army Corps of Engineers Portland District Subject: 2017 Lower Columbia River Security Services THIS IS ONLY A SOURCES SOUGHT. YOUR RESPONSE IS NOT AN OFFER. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS SOURCES SOUGHT MARKET SURVEY, NOR IS THIS A CONTRACT FOR SERVICES. 1. GENERAL: The purpose of this sources sought is to gather information regarding vendors' ability to provide armed security guard services for the US Army Corps of Engineers, Portland District, Lower Columbia River Projects--to include The Dalles Dam, Bonneville Dam, and John Day Dam. This requirement is anticipated to be a 100% total small business set-aside; however, this sources sought will help determine the potential for a more restrictive 100% Small Business socio-economic set aside to use (i.e. women-owned small businesses, service disabled veteran owned small business, 8(a) Set-aside, HUBZone small businesses). The guard services to be performed are on remote multipurpose civil works facilities operated by the U.S. Army Corps of Engineers. These three sites are required to provide security for personnel, property, and critical infrastructure. 2. SCOPE OF WORK: The area of operations which the contractor will be performing their services in is remote, with 50 miles separating the lower two dams (Bonneville and The Dalles) and John Day being 30 miles further upriver. There are stringent certification requirements for armed and unarmed guards conforming to licensing requirements from National Energy Regulatory Compliance (NERC), Department of Defense (DOD), and Washington and Oregon state licensing requirements, as well as other Army Regulations which include mandated state and federal background checks. An approximate number of employees needed for this project is projected around forty, to include supervisors and alternates for services at all three dams. The contractor shall provide all personnel, labor, training, supervision, tools, equipment, materials, supplies and transportation necessary to provide security guard services at Bonneville Lock and Dam, The Dalles Dam, and John Day Dam for this non-personal service. Other duties include badging, alarm monitoring, roving patrols, interacting with the public and customers, manning gates, emphasis will be placed on the contractors ability to provide; a) Management Plan b) Transition Plan c) Use of Force Plan d) Weapons Safety Maintenance Plan e) Weapons Exchange Plan f) Guard Training Plan g) Quality Control Plan h) Contractor's Safety Plan and the Accident Prevention Plan 3. CONTRACT TYPE: Firm fixed price, performance based commercial service contract using Best Value Trade Off (BVTO) Evaluation procedures 4. PERIOD OF PERFORMANCE: The period of performance is estimated to commence January 2017, followed by four one-year option periods. Base Year: 01/04/2017 - 01/03/2018 Option Year 1: 01/04/2018 - 01/03/2019 Option Year 2: 01/04/2019 - 01/03/2020 Option Year 3: 01/04/2020 - 01/03/2021 Option Year 4: 01/04/2021 - 01/03/2022 5. SOUCES SOUGHT SUBMISSION REQUIREMENTS: Interested parties shall furnish the following minimum information a) Provide a narrative establishing; 1. Provide a narrative regarding the offeror's management structure; and how the management structure of the offeror would support this requirement. 2. A list of similar past performance contracts that are of similar scope (40+ armed guard services being provided in a remote location under stringent regulations). The offeror shall provide at least two past performance's to include references, contract numbers, and phone numbers/email addresses. 3. How an Offeror will recruit and maintain a security guard presence in the remote locations described within the Scope of Work above for the period of performance specified. An offeror shall include how long they would need for transition prior to start of services. The offeror shall address recruitment assuming a rate of 33% of the incumbent contractor's personnel not transitioning under the Right of First Refusal act. 4. Prior schedule and staffing plans which show an offeror's potential to meet the minimum staffing levels, as indicated above for services required. 5. Official and unofficial teaming arrangements if anticipated. b) Name of Company; c) Cage Code and DUNS number; d) Point of Contact, Telephone Number, Fax Number, Address, and e-mail address; e) Small business size status (i.e. small or large business, 8(a) status, etc.); Corps of Engineers, Portland District requests the above information no later than 1400 on 31 March 2016. The points of contact for this action is Derek Caputi. Only email submissions will be accepted. Submission shall have a Subject Line of: 2017 LCR SECURITY GUARD SERVICES. Emails shall be to Derek.Caputi@usace.army.mil. NO PHONE CALLS PLEASE. The Small Business Deputy is Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil. Additional information. 1. Regulatory Compliance: a) Oregon Department of Public Safety Standards and Training (DPSST) b) State of Washington Professional Licensing for Private Security Guards c) U.S. Army Regulations and other regulations listed in section 15 of this PWS d) 29 Code of Federal Regulation (CFR) 1910, Occupational Safety and Health Standards for General Industry e) U.S. Army Corps of Engineers (USACE) Safety Manual (EM 385-1-1, dated 30 November 2014) [http://www.usace.army.mil/SafetyandOccupationalHealth.aspx] f) NERC Critical Infrastructure Protection (CIP) regulations, particularly CIP-004, CIP-006, and CIP-007 g) Manufacturers' operation/maintenance specifications for materials supplied by the Contractor. 2. Pertinent Regulations: a) Army Regulation 190-56, The Army Civilian Police and Security Guard Program, dated 15 March 2013 b) Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives dated 5 September 2013 c) Army Regulation 190-14, Carrying of Firearms and Use of Force for Law Enforcement and Security Duties, dated 12 March 1993 d) Army Regulation 600-85, The Army Substance Abuse Program, dated 28 December 2012 e) Army Regulation 25-2, Information Assurance dated 24 October 2007 (Rapid Action Revision 23 March 2009) f) Army Regulation 380-67 Personnel Security Program g) Army Regulation 190-51 Security of Unclassified Army Property (Sensitive and Nonsensitive) h) ST 19-085, Department of the Army Civilian Security Guard Field Training Manual i) TSP 191-AS-0001 Active Shooter Response j) TSP-191-SG-001, Department of the Army Civilian Security GuardOregon Department of Public Safety Standards and Training (DPSST) k) State of Washington Professional Licensing for Private Security Guards l) Revised Code of Washington (RCW) 18.170 Security Guards m) RCW 9.41 Firearms and Dangerous Weapons n) Washington Administrative Code (WAC) 308-18 Private Security Guard Companies and Private Security Guards o) Homeland Security Presidential Directive 12: Policy for a Common Identification Standard for Federal Employees and Contractors p) Army Directive 2011-08, Army Implementation of Homeland Security Presidential Directive 12 q) 29 Code of Federal Regulation (CFR) 1910, Occupational Safety and Health Standards for General Industry (OSHA) r) EM 385-1-1, USACE Safety and Health Requirements, dated 30 November 2014 s) National Institute of Justice (NIJ) Ballistic Resistance Standard 0101.06 t) Executive Order 12564, Drug Free Federal Workplace u) US Army Public Health Command - Work/Rest/Water Consumption Table, CP-033-0811 v) 18 USC 922(g)(9) Domestic Violence Offender Gun Ban (aka Lautenberg Amendment to the Gun Control Act of 1968) w) Privacy Act of 1974, 5 U.S.C. § 552a x) USACE Information Management Radio/Satellite Transmission Systems and Frequency Management Policy Memorandum of Understanding y) NERC Critical Infrastructure Protection (CIP) regulations, particularly CIP-004, CIP-006, and CIP-007 z) FAR 52.212-4 Contract Terms and Conditions - Commercial Items aa) Army Training Support Package TSP-191-SG-0001 bb) ASTM F 2413-11 (Standard Specification for Performance Requirements for Protective (Safety) Toe Cap Footwear cc) ANSI/ISEA Z89.1-2014 Industrial Head Protection
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0061/listing.html)
 
Place of Performance
Address: The Dalles Dam, John Day Dam, and Bonneville Dam, Cascade Locks, Oregon, 97014, United States
Zip Code: 97014
 
Record
SN04069984-W 20160403/160401234101-639f4abd9d92aebcd5372e46768451d5 (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.