Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2005 FBO #1481
SOLICITATION NOTICE

M -- Lifeguard services

Notice Date
12/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
DHS - Direct Reports, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
 
ZIP Code
20223
 
Solicitation Number
HSSS01-06-R-0002
 
Response Due
12/28/2005
 
Archive Date
1/12/2006
 
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; proposals are being requested and a written solicitation will not be issued. RFP HSSS01-06-R-0002 issued as a Request for Proposals (RFP) through Federal Acquisition Circular 2005-06. The NAICS code is 713940 and the small business size standard is $6.5 million. The U. S. Secret Service intends to procure life guarding services for an indoor training tank/swimming pool located in Government facility in Laurel, MD. The Service intends to issue one (1) contract for all of the effort listed below; vendors who do not respond to each line item will be eliminated from the competitive range. Contractors shall provide pricing for the following effort: The contracted lifeguard should be posted at the pool eight hours per day, forty hours per week (Monday through Friday). The lifeguard?s hours would have to be flexible. The schedule is determined on Fridays for the following week but can change because of unforeseen circumstances. For example on certain days the lifeguard would have to flex their hours (given 24 hours notice) earlier or later to mirror any aquatic training in the pool. Work to be done by lifeguard: a properly attired lifeguard (i.e. wearing a swim suit and equipped with a whistle), shall be posted on the training tank deck during any swim activity monitoring aquatic activities. The pool is eighty feet long by forty-four and a half feet wide feet wide. The shallow end is four and a half feet deep and the deep end is twelve feet. The amounts of swimmers vary from 12 to 24. The lifeguard would also perform minor maintenance duties to include but not limited to: (a) weekly cleaning/vacuuming of pool (b) daily check and record reading on all gauges (c) daily monitor filter room/pump room and filtration system (note any problems) (d) maintains general orderliness/cleanliness of pool deck; deck wash down (e) hourly monitoring of chorine/ph levels. The certification of lifeguards: must be certified (current) American Red Cross pool lifeguards, CPR trained, and certified pool operators (CPO). All work shall conform to standards and practices of the national pool foundation (NPF), the national swimming pool foundation (NSPF), and all other applicable federal, state and municipal regulations and ordinances. Documented proof of certifications must be provided with proposal. Scheduling: The on duty lifeguard will be scheduled to flex an eight hour day that mirrors on going aquatic training in the training tank. Security: All personnel to be working on the Government site shall complete a Contractor Personnel Access Application form (SSF 3237), and must undergo a security background check by the U.S. Secret Service. Please submit one cost proposal for a base and four option periods corresponding to the following contract line items: The base period (CLIN 0001) shall begin February 01, 2006 through September 30, 2006. Option CLIN 0002 pricing shall begin 01 October 2006 though 30 September 2007. Option CLIN 0003 pricing shall begin 01 October 2007 though 30 September 2008. Option CLIN 0004 pricing shall begin 01 October 2008 though 30 September 2009. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2, Evaluation, Commercial Items; 52.212-2 Paragraph (a) insert: The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. Technical Capability and Past Performance combined are equal to Price. The offeror shall provide, as part of their initial proposal, a list of all Government and or commercial contracts received, or performed, during the past five (5) years for identical or similar supplies to that described in this solicitation. The offeror shall identify any contracts that resulted in disputes over non-performance between the vendor and the Government. 52.204-7 Central Contractor Registration; 52.212-3 Offeror Representations and Certifications, offerors shall only complete paragraph J of this provision if they have not completed the annual representations and certifications electronically at http://orca.bpn.gov. 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.233-3, Protest After Award; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222.19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-41, Service Contract Act of 1965; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. USSS-70, Unauthorized use of Secret Service Name, In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words Secret Service, Secret Service Uniformed Division, U.S.S.S., U.D., or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/, www.dhs.gov. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. All proposals must include: a signed copy of the FAR 52.212-3, Representations and Certifications. Offerors should email or fax any questions regarding this RFP by no later than Friday, September 23, 2005. Please note: All responsible offerors shall submit proposals to the U.S. Secret Service, Procurement Division (Suite 6700), Attn: Dave Kelley, or via fax number (202) 406-6801, to be received no later than 5:00pm on Wednesday 28 December 2005.
 
Place of Performance
Address: 9200 Powder Mill Road, R-2, Laurel, MD
Zip Code: 20708-9701
 
Record
SN00951849-W 20051216/051214211639 (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.