SOLICITATION NOTICE
S -- U.S. Mission to France Local Guard Services
- Notice Date
- 4/5/2010
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA09R0280
- Archive Date
- 9/1/2010
- Point of Contact
- Neil M. Kern, Phone: 5713452366
- E-Mail Address
-
KernNM@State.gov
(KernNM@State.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of State (DOS) intends to award a Time-and-Materials (T&M) contract which includes firm-fixed price and cost-reimbursement components to a qualified Contractor to provide local guard services to the American Embassy Paris, France; the Consulates Lyon, Marseille, Nice, Strasbourg, Rennes, Toulouse, and Boudreaux; the Normandy American Cemetery and Memorial located in Normandy, France; and the European Biological Control Laboratory (EBCL) located in Montferrier, France. The Government will solicit this requirement as a full and open competition using acquisition procedures outlined in FAR Part 15. The North American Industry Classification (NAICS) code for this procurement is 561612 Security Guards and Patrol Services. The Government plans to award one contract, and the anticipated period of performance is one base year and four one-year options which shall be exercised at the sole discretion of the Government. The Contractor will be required to provide Standard Services as well as Additional or Emergency (A&E) Services, and the estimated number of annual hours of Standard Services is 257,190 and the estimated number of annual hours of Additional or Emergency Services is 12,861 for all locations listed above. The U.S. Mission to France requires a secure environment to conduct their mission. The Contractor shall provide the organizational structure, management, and qualified staff at levels adequate to meet or exceed the requirements contained in the Performance Work Statement (PWS). The Contractor shall be required to provide services in a manner that prevent unauthorized access; protect life; maintain order; deter criminal attacks against employees and dependents; prevent loss, damage, or destruction to Government property; and deter terrorist acts against all U.S. assets. All members of the guard force shall act as an early warning signal to the Mission and comply fully with their General and Post Orders. In accordance with Exhibit A (Guard Posts and Schedule of Guard Coverage), some posts are required to be manned 24 hours/7 days a week. Each Contractor will be asked to provide fully burden hourly rates for all labor categories (i.e., Guard, Senior Guard, Guard Supervisor, SD Specialist, SD Analyst, SD Coordinator, SD Shift Supervisor, Deputy Guard Force Commander, and Guard Force Commander). The fully burden hourly rates for Standard Services as well as Additional or Emergency Services shall include all wages (local labor law compliance if applicable and any premiums relating to overtime, holidays, or night shifts), overhead, fringe benefits, severance costs, general and administrative expenses and profit for each category of labor. Contractor performance will be monitored through a Quality Assurance and Surveillance Plan. For specific deficiencies in performance, the U.S. Government may deduct the estimated cost for the Government to provide the service in the absence of a contract employee or the additional administrative time incurred by the Government in correcting the performance deficiency. For certain deficiencies such as an unmanned position, the negative incentive for not meeting the Performance Standard is a deduction in the billing amount at the Government’s estimate cost for providing the required service not to exceed the length of the guard shift. Some of the major tasks required of the Contractor are Entry Control (i.e., Office Building Entry Control, Official Residential Entry Control, Vehicle Entry and Access Control), Inspections, Use of Explosive and/or X-Ray Inspection Equipment, Patrols, Escort Services, Completion of Logs and Records, Operation of Closed Circuit Televisions (CCTV), Use of Guard Electronic Monitoring System (GEMS), Surveillance Detection Operations, Operation of Radio Network, and Implementation of a Contingency Plan capable of dealing with strikes and labor unrest should either occur. All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the Contractor and a separate background investigation conducted by the U.S. Government to certify their suitability for employment under this contract. Additionally, all guards shall successfully complete an approved training program of instruction before being allowed to perform guard services. The basic training program shall consist of 70 hours of training and this requirement does not apply to guards who have previously successfully completed the training. Contractor employees assigned to certain guard posts must be able to converse in English with employees and visitors. The English language requirement will be specified by guard post and the Levels of language “speaking” proficiency will be defined in Exhibit H of the solicitation. The COR may interview guard(s) to verify specified language capability level as part of the approval process or at any time when an individual is standing duty. All Contractor employees shall be able to read and understand printed instructions, maps and orders in the predominant local language. In addition Contractor employees must demonstrate the ability to carry out instructions in the predominant local language. All employees shall have a Speaking Level 1 - Elementary Proficiency level of the predominant local language of the geographic area where they are assigned for duty. At a minimum, the Contractor shall maintain one individual capable of conversing in English Level III when the Embassy or Consulate is open to the public. The predominant local language of U.S. Mission France is French. The Government plans to post the solicitation on this site on or about April 20, 2010. No paper copies will be mailed to prospective offerors. All announcements and amendments made to this solicitation will be posted to FedBizOpps. The approximate acquisition schedule is as follows: The synopsis will be posted for approximately fifteen (15) days. Once the solicitation announcement closes on FedBizOpps, the offerors will have approximately sixty (60) days to submit proposals. All dates are subject to change, and offerors will be notified of any change(s) through an update to the FedBizOpps posting. A site visit is tentatively scheduled to be held approximately fifteen (15) days after the solicitation is posted at the American Embassy Paris and some of the other locations as addressed in the solicitation. A firm date for the each site visit will be announced at the time the solicitation is posted. Contractors are responsible for entry visa, all travel arrangements, local transportation, and accommodations for personnel attending the site visits in France. Due to space limitations, only two (2) representatives from each firm will be allowed to attend the site visit. Instructions for registering personnel to attend each site visit will be announced in the solicitation. Contractors are requested to provide notice of their interest in the solicitation (i.e., name of representative, name of firm, address) in writing to Neil M. Kern at KernNM@state.gov within 7 calendar days of the synopsis being posed as well as comply with the instructions for submitting names for attending the site visits. PHONE CALLS WILL NOT BE ACCEPTED. In accordance with 22 U.S.C. § 4864, the Government will give preference to offerors qualifying as U.S. persons or U.S. Joint Venture Persons. The contract will be awarded to the offeror submitting the technically acceptable proposal with the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA09R0280/listing.html)
- Place of Performance
- Address: American Embassy Paris, France; the Consulates Lyon, Marseille, Nice, Strasbourg, Rennes, Toulouse, and Boudreaux; the Normandy American Cemetery and Memorial located in Normandy, France; and the European Biological Control Laboratory (EBCL) located in Montferrier, France., Non-U.S., France
- Record
- SN02112599-W 20100407/100405234654-8eb30bb63593fc234c5c18f140d16216 (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 |