Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2009 FBO #2749
SOURCES SOUGHT

S -- Armed and Unarmed Security Guard Services for Parker Dam

Notice Date
6/4/2009
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office, PO Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
09-008
 
Response Due
6/18/2009
 
Archive Date
6/4/2010
 
Point of Contact
Deborah Marcus Contract Specialist 7022938514 DEMarcus@lc.usbr.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for acquisition planning purposes only. No formal solicitation for this work exists at this time. The Bureau of Reclamation (Reclamation) has a requirement for armed and unarmed guard services for Parker Dam. This requirement will be filled through award of a combination firm fixed-price and IDIQ service contract with a performance period of one base calendar year from the effective date of the contract with four one-year option periods. Task Orders can be issued for temporary or non-recurring guard services. This acquisition, when announced, will be conducted under North American Industry Classification System (NAICS) Code 561612, Security Guards and Patrol Services. The Contractor shall provide all management, supervision, labor, training, transportation, equipment, supplies, licenses, permits, certificates, insurance, pre-employment screening, reports, files, and shall plan, schedule, coordinate, and assure effective completion of all security guard services for the following requirements: Provide two uniformed, armed guards and one uniformed, unarmed guard to provide security at Parker Dam and Powerplant. Security presence is required 24 hours a day, seven days a week, 365 days a year at Parker Dam and Powerplant. The armed guards will periodically patrol the area from the maintenance complex on the California side to the scenic overlook area on the Arizona side, or the area between the two security gates when they are closed. The unarmed guard will be stationed in the powerplant control room at the security cameras. The Contractor shall furnish its own company transportation, either a compact pickup truck, full size pickup truck, utility scooter, or golf cart. The Contractor's transportation vehicle must contain the following items: a flashing yellow strobe light and a security sticker on the vehicle to identify it, i.e., "Security." The Contractor will be responsible for gasoline, maintenance, and repairs for the Contractor-furnished transportation vehicle. The Government will not loan or furnish any Government vehicles at anytime if the Contractor-furnished transportation vehicle is out of service for maintenance or repairs. The Contractor-furnished transportation vehicle will be required to be on-site at all times, 365 days a year, 24 hours a day. The Contractor bears the burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating authority. The Contractor shall possess all licenses to perform required services in the states of Arizona and California. Armed security guards shall carry their applicable firearm license/permits on their person while on duty, unless state law requires the Contractor to maintain the records. Contractors will be required to demonstrate they possess the required state licenses when proposals are due. The work is located at Parker Dam which is on the Colorado River, approximately 25 miles south of Lake Havasu City, Arizona, and 14 miles north of Parker, Arizona, in La Paz County, Arizona, and San Bernardino County, California. The Bureau of Reclamation, Lower Colorado Region, is seeking responsible sources having capabilities to perform the work. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, and management capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy. Capability statements are to be submitted not later than June 18, 2009. The capabilities package submitted should demonstrate the firm's experience and capability to perform the principal components of services listed above. Packages should include the following information: Provide (1) Business Name and Address, (2) Point of Contact to include E-Mail Address and Telephone Number, (3) DUNS and NAICS code(s), and (4) Type of Business: 8A, HUBZone, Women-owned, Service Disabled Veteran-Owned, etc. (No Large Businesses). All businesses are encouraged to limit their responses to no more than 10 pages in length. (2) Demonstrate the firm's experience by providing a list of services provided to similar Government or commercial facilities where similar security services are required. The list should specify the types of facilities at which the services were performed. For each project listed, provide the following: dollar value of the job, the facility name, facility location, and the customer's contact name and phone number. Additionally, please identify if any specific projects were completed in compliance with the requirements of the Department of the Interior, Department Manual Part 446 (DM 446) including but not limited to Chapters 10: Firearms and other Defensive Equipment; 12 Equipment and Vehicles; 17 Reporting Serious Incidents and 20: Use of Force. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors. This is not a request for proposals and is not to be construed as a commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this notice. All responses to this sources sought notice shall be provided to Deborah Marcus/LC-3134, Contract Specialist, P. O. Box 61470, Boulder City, NV 89006-1470 or via e-mail dmarcus@usbr.gov When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/09-008/listing.html)
 
Place of Performance
Address: Parker Dam, AZ/CA<br />
Zip Code: 92267<br />
 
Record
SN01835901-W 20090606/090604235240-f0beb239a1b86fb0576acb380d754f64 (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.