Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS

R -- SECURITY/COMPLIANCE SPECIALIST

Notice Date
October 25, 2001
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520 180 Andrews Street, Massena, NY, 13662
ZIP Code
13662
Solicitation Number
DTSL5502QP0236
Response Due
November 7, 2001
Point of Contact
Patricia White, Contract Specialist, Phone (315) 764-3236, Fax (315) 764-3235, Email Patricia.White@sls.dot.gov -- Linda Harding, Contracting Officer, Phone (315) 764-3244, Fax (315) 764-3235, Email Linda.Harding@sls.dot.gov
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; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The Saint Lawrence Seaway Development Corporation (Corporation) is issuing Request for Quotation (RFQ) DTSL55-02-Q-P0236 for a Security/Compliance Specialist to be based at our Massena, New York facilities. The Saint Lawrence Seaway Development Corporation is a wholly owned Government Corporation which operates and maintains two (2) deep-water locks on the Montreal-Lake Ontario section of the St. Lawrence River. A firm-fixed price purchase order will be awarded for a not-to-exceed twelve (12) month period with the option to renew for one (1) additional 12 month period. The Specialist will be responsible for security, investigative and compliance work in the areas of physical security, personnel security, vessel speed surveillance and other incidents. The Specialist will recommend and assist in the implementation of improvements to the Corporation's overall security and surveillance operations, including the winter security watch program. The Specialist will administer a vessel speed surveillance program that includes monitoring vessel speed by radar, investigating reports of wake damage or pollution, and accidents or violations by small craft, and make recommendations for punitive actions. The Specialist will also investigate any and all breaches of physical security, evaluate security measures and provide recommendations for corrective actions. The Specialist will evaluate background information and make suitability recommendations for employment issues and also provide support to the Corporation's Safety and Trade Development efforts, as needed. The Specialist will be required to submit written reports on a weekly basis to highlight the progress made and actions taken in respect to the Corporation's security program including, but not limited to: problems encountered during the preceding week/month and steps taken to address them; an updated schedule showing work accomplished to date and work yet to be completed with appropriate explanations; and a summary of significant work to be completed in the next reporting period. Authorized travel expenses, including POV mileage, will be reimbursed according to Federal Travel Regulations. Contract Line Items as follows: 1. Provide security/compliance services in accordance to the above statement of work for a twelve (12) month period, Hourly Rate $_________, Estimated hours 2,080, Not-to-Exceed Total $_________. Offerors responding to this RFQ must have extensive experience, a knowledgeable background and qualifications in the following areas: a) Knowledge of techniques of investigation; skill in maintaining surveillance, conducting interviews and interrogations, recognizing and exploring leads, recognizing and preserving physical evidence, and detecting discrepancies in information; b) Knowledge of security procedures for both material and personnel sufficient to evaluate security procedures and recommend improvements, investigate breaches of security and recommend corrective action; c) Knowledge of local, state and federal laws, ordinances and jurisdictions on/adjacent to the St. Lawrence River, to determine when non-compliance has occurred and the proper agency to notify. Possess skill in the use of small boats and use of portable Doppler radar units from land and water sites; d) Knowledge of St. Lawrence River from St. Regis to Tibbets Point, U.S. and Canadian boundaries and traffic control sectors. Ability to use navigation charts and depth finding devices; e) Skill in dealing with emergency situations; ability to function effectively under stress during major vessel incidents or when dealing with foreign governments, and ability to deal calmly with abnormal human behavior disturbances; f) Ability to deal effectively with others sufficient to interact with people of various levels of responsibility and different backgrounds, who may have differing points of view or hostile attitudes; g) Ability to communicate in writing, skill in fact finding, analysis, and problem solving, sufficient to develop and present reports with cogent arguments for the acceptance of controversial points-of-view and to support recommendations for necessary actions. Quotations shall demonstrate how the offeror meets the above qualifications. Quotations shall be submitted to the Saint Lawrence Seaway Development Corporation, Contracting Office, 180 Andrews Street, PO Box 520, Massena, NY, 13662 by 4:30PM, November 7, 2001. NAICS Code -- 541690, Standard -- $5.0M. Federal Acquisition Regulation (FAR) provisions, 52.212-1, Instructions to Offerors-Commercial Items and 52.212-2 -- Evaluation-Commercial Items apply to this procurement. Evaluation criteria as follows: proven record of expertise in security and law enforcement (as outlined in qualifications a through g); past performance (offeror shall provide references for comparable work, including points of contact and telephone numbers); and overall completeness, clarity and quality of the quotation. The Government intends to evaluate quotations and make award without discussions. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Offerors shall include a completed copy of FAR provision 52.212-3 -- Offeror Representations and Certifications-Commercial Items with their quotation. FAR clause 52.212-4 -- Contract Terms and Conditions-Commercial Items is applicable to this procurement. FAR clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable to this procurement along with the following FAR clauses cited in the clause: 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity (EO 11246); 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36- Affirmative Action for Handicapped Workers with Disabilities; 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.232-34 -- Payment by Electronic Funds Transfer-Other than Central Contractor Registration. These additional terms and conditions apply: 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (The total duration of this contract, including the exercise of any options under this clause, shall not exceed thirty-six (36) months.), 52.223-6 -- Drug-Free Workplace (May 2001). The full text of the FAR clauses can be accessed on the Internet at www.arnet.gov/far. All quotations shall include the solicitation number, company, name, address, phone and fax numbers, point of contact, Taxpayer Identification number, and DUNS number. For additional information, contact Pat White, Contract Specialist, at (315) 764-3236 or e-mail to Patricia.White@sls.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5502QP0236/listing.htm l)
Record
Loren Data Corp. 20011029/RSOL012.HTM (D-298 SN5115A2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on October 25, 2001 by Loren Data Corp. -- info@ld.com