SOURCES SOUGHT
S -- On-Call Armed and Unarmed Guards
- Notice Date
- 2/13/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Justice, United States Marshals Service, National Contracts, 600 Army Navy Drive, Arlington, VA, 22202-4210
- ZIP Code
- 22202-4210
- Solicitation Number
- Reference-Number-021303
- Archive Date
- 3/1/2003
- Point of Contact
- Thomas McFadden, Contract Specialist, Phone 202/353-4063, Fax 202/307-9695,
- E-Mail Address
-
Thomas.McFadden@usdoj.gov
- Description
- The USMS has a requirement for the services of armed and unarmed guards in the Dallas-Ft. Worth region each of whom must meet the following requirements: active or former commissioned law enforcement officers, Certified Law Enforcement Training (CLEET), no criminal record, no history of emotional/mental illness, alcohol or drug abuse, in good standing with their department, U.S. citizenship, at least 21 years of age, speak fluent English, and possess a valid drivers license. Some female guards are required and some guards with Spanish language skills are necessary. The services to be performed include transporting Federal prisoners, guarding prisoners confined to a medical facility for treatment, guarding prisoners within a U.S. Courthouse building and holding facilities, and providing security for Government-seized property. Unarmed guards may be appropriate for court security and cell block assignments only at the discretion of the Contracting Officer's Technical Representative (COTR). The services are required on an "on call" basis. This means that 24 hours a day, 7 days a week the contractor must be prepared to assign guards to receive Federal prisoners within 2 hours of receiving a verbal request from the COTR. The contractor must provide a list or roster of qualified persons that the contractor has available for performance of the contract and maintain that list throughout the life of the contract as new personnel become available or others become unavailable. The contractor may only assign guards from that roster and must employ supervisors who meet the same standards as the guards. The contractor will be responsible for providing all equipment required for its guards including but not limited to uniforms and approved restraining devices for prisoners in its custody. The contractor is responsible for transporting prisoners in secure vehicles such as screened vans or sedans. The Government will not reimburse contractor's expense as a separate billable cost; the contractor must recover that expense within the contract price of the hourly charge negotiated for guard services ordered by the Government and delivered. Actual quantities of services required under this contract are unknown. The quantities will vary according to the operational requirements of the Government. Maximum quantities that may be ordered will be 3000 hours of armed and 2500 hours of unarmed service per year. If the Government's actual requirements do not result in orders in the quantities estimated, that fact will not constitute a basis for equitable adjustment. In 2002, under the existing contract, the Government has ordered approximately 1604 hours of armed and 1184 hours of unarmed services. The Government anticipates that a base year contract with 4 twelve-month priced option periods will be awarded. Any contract will incorporate the Service Contract Act. The Government estimates that the Request for Proposals will be available on or after March 15, 2003. Parties interested in receiving a copy of the solicitation should e-mail the POC and when the solicitation is available on the web, each will be notified. Interested parties are requested to include with that e-mail a Capabilities Statement to assist this market research. For example: identify and certify one's business size, outline the scope of one's existing personnel resources in Northern Texas or ability to build a roster of qualified personnel, one's experience in fulfilling other Government contracts of this type, and any other statements regarding capabilities that are relevant.
- Place of Performance
- Address: Dallas-Ft. Worth, Ordering Office: 1100 Commerce Street, Dallas
- Zip Code: 75242
- Country: USA
- Zip Code: 75242
- Record
- SN00258912-W 20030215/030213213428 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |