SOLICITATION NOTICE
S -- SECURITY GUARD SERVICES
- Notice Date
- 7/18/2010
- Notice Type
- Presolicitation
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-10-R-AA7358
- Point of Contact
- Connet M Broadnax, Phone: 757-628-4121, Reginald B Henderson, Phone: 757-628-4129
- E-Mail Address
-
connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil
(connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC), Norfolk, VA is procuring SECURITY GUARD SERVICES to be performed at U.S. Coast Guard Base Support Unit (BSU) Miami, Miami, Florida (Armed Guards with Roving Patrol Services) and at Air Station (AIRSTA) Miami, Opa Locka, Florida (Unarmed Guard Services). This requirement is set-aside 100% for eligible 8(a) firms under the COMPETITIVE 8(a) PROGRAM in accordance with FAR Subpart 19.805. The applicable North American Industry Classification System (NAICS) Code is 561612 (Security Guards and Patrol Services) with a size standard of $18.5 Million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. The solicitation will be issued in accordance with the policies and procedures contained in FAR Part 12, Acquisition of Commercial Items, and the procedures in FAR Part 15, Contracting by Negotiations. A firm-fixed price services type contract will be awarded for a Base Year period of performance from 01 OCTOBER 2010 through 30 SEPTEMBER 2011, plus NINE (12-month) option years, if exercised by the Government, for total contract duration not to exceed 10 years/120 months. Award will be made to the responsible contractor who provides the best value to the Government. The solicitation, REQUEST FOR PROPOSAL (RFP) HSCG84-10-R-AA7358, will be issued on or before 23 JULY 2010 with a closing date of receipt of quotes on or before 23 AUGUST 2010. The RFP will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov. No paper copies of the solicitation and/or amendments will be distributed. It is the potential offeror's responsibility to monitor this avenue (FEDBIZOPPS) for release of the solicitation and any subsequent amendments. The contractor shall, except as specified in the solicitation as Government-Furnished Items and Services, furnish all labor, personnel, supervision, management, materials, supplies, equipment, tools, transportation and any other items and services, including all expendable supplies (i.e., office and operating, etc.); employee uniforms, etc., necessary to perform Armed Security Guards with Roving Patrol Services at BSU Miami and Unarmed Security Guard Services at AIRSTA Miami in compliance with all local, state, and Federal laws. These services are required for the protection of personnel, property, facilities and land at BSU Miami and at AIRSTA Miami. These services shall be performed in a manner that ensures the health and safety of federal employees and members of the public. The services shall be furnished in a manner that provides superior customer service in accordance with all the terms and conditions specified in the solicitation. The Service Contract Act of 1965 as amended applies to this requirement. The applicable Department of Labor Wage Determination Number 2005-2119, Revision 10, date of revision 6/15/2010 will be included in the solicitation. An advance copy can be obtained from www.wdol.gov. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. Contractors must submit Past Performance information with their proposal along with any other required documentation. Past Performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, email addresses and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three (3) years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Like or similar contracts are defined as Security Guard Services. SITE VISIT: Contractor personnel are encouraged to visit the site to familiarize themselves with the location, work requirements and existing conditions. Prior arrangements for a site visit shall be made by contacting the following personnel: BSU MIAMI: MR. PAUL PAWLOSKI, COTR, at 305-535-4596/Office; E-Mail address: Paul.B.Pawloski@uscg.mil AIRSTA MIAMI: LT BYRON CREECH, COTR, at 305-953-2127/Office; E-Mail address: Byron.A.Creech@uscg.mil Prospective contractors requesting a site visit are required to inform the Contract Specialist, Connet Broadnax, via E-MAIL at Connet.M.Broadnax@uscg.mil, or via fax at 757-628-4135, with the name, address and telephone number of the firm and the names of those attending. Prospective contractor(s) must have a copy of this RFP to gain access to the government facilities. CURRENT CONTRACT INFORMATION: The current contract, Task Order HSCG84-06-F-AA7144, was awarded 30 December 2005 to Eagle Technologies, Inc. against their GSA Schedule GS-07F-0442N in the amount of $327,602.26 for the Base Period starting 1 January 2006 through 30 September 2006 and $2,062,180.30, for the Base and Four Option Years, not to exceed 57 months, if exercised by the Government, ending 30 September 2010 (which includes the firm-fixed work and the unscheduled work/estimated quantities). After a scope increase and wage adjustments, the current five year value is approximately $2,372,599.40.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-10-R-AA7358/listing.html)
- Place of Performance
- Address: BSU Miami, 100 MacArthur Causeway, Miami, FL 33139-5101; and, AIRSTA Miami, 14750 NW 44th Court, Opa Locka, FL 33054-2397, Miami, Florida, 33139-5101, United States
- Zip Code: 33139-5101
- Zip Code: 33139-5101
- Record
- SN02209519-W 20100720/100718233018-ea71a18dd80a2c89d408370b9898f6eb (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 |