Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
MODIFICATION

R -- Court Security Officers for the Central District of IL (7th Judicial Circuit) and Northern District of FL (11th Judicial Circuit) - Solicitation 1

Notice Date
6/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
United States Marshals Service, Suite 600, CS3 - JSD, OSC, 2604 Jefferson Davis Highway, Alexandria, Virginia, 22301, United States
 
ZIP Code
22301
 
Solicitation Number
DJMS-12-R-0020
 
Response Due
7/11/2012 12:00:00 PM
 
Point of Contact
Cheata Sieng, Phone: 202-353-1445, Charito Glorioso,
 
E-Mail Address
cheata.sieng@usdoj.gov, charito.glorioso@usdoj.gov
(cheata.sieng@usdoj.gov, charito.glorioso@usdoj.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment 7(B) - Annual Training Subjects to be Presented by the Contractor Attachment 7(A) - CSO Semi-Auto Handgun Qualification Course Attachment 6 - List of Government Acronyms Attachment 5(A) - Agencies Authorized to Use the Contract Via An Interagency Acquisition Agreement Attachment 4(B) - USMS Directive 2.1 Less-Than-Lethal Devices Attachment 4(A) - USMS Directive 2.1 Use of Force Attachment 3(F) - Court Security Officer Monthly Activity Report Attachment 3(E) - SF 1034 Attachment 3(D) - CSO Form 011 Attachment 3(C) - CSO Form 010 Attachment 3(B) - CSO Form 003 Attachment 3(A) - CSO Form 002 Attachment 2(N) - Standard Form 85P Attachment 2(M) - CSO Form 015 Attachment 2(L) - CSO Form 012 Attachment 2(K) - FD-258 Attachment 2(J) - CSO-234 Attachment 2(I) - CSO-234 Attachment 2(H) - CSO-229 Attachment 2(G) - CSO Form 009 Attachment 2(F) - CSO Form 008 Attachment 2(E) - CSO Form 007 Attachment 2(D) - CSO Form 006 Attachment 2(C) - CSO Form 005 Attachment 2(B) - CSO Form 004 Attachment 2(A) - CSO Form 001 Attachment 1(H) - CPARS Update Questionnaire Attachment 1(G) - Past Performance Reference Sheet Attachment 1(F) - Past Performance Survey Rating Guidelines Attachment 1(E) - Past Performance Survey Attachment 1(D) - Pricing Template Attachment 1(C) - Cost Summary Sheet N/FL Attachment 1(C) - Cost Summary Sheet C/IL Attachment 1(B) - Seniority List N/FL Attachment 1(B) - Seniority List C/IL Attachment 1(A) - CBA Attachment 1(A) - CBA Attachment 1(A) - CBA Attachment 1(A) - CBA Attachment 1(A) - CBA Attachment 1(A) - CBA Attachment 1(A) - CBA Solicitation DJMS-12-R-0020 The U.S. Marshals Service (USMS) intends to competitively award two contracts for Court Security Officer (CSO) services for the protection of the Federal Judiciary in two judicial districts: the Central District of Illinois (7th Judicial Circuit) and the Northern District of Florida (11th Judicial Circuit). This acquisition is a 100% Set-Aside for the SBA Certified 8(a) small business concerns and will be conducted in accordance with FAR Part 15: Contracting by Negotiation. The Government's source selection for this acquisition will be made in accordance with FAR Part 15.101-2. Award decision is expected to result from selection of the technically acceptable proposal with the lowest evaluated price (LPTA). This solicitation is issued as a Request for Proposal (RFP) DJMS-12-R-0020. The North American Industry Classification Code (NAICS) is 561612: Security Guards and Patrol Services, for which the Small Business Administration's Size Standard is $18.5 million in annual receipts. This requirement is restricted to 8(a) small business. If you are unsure if your company qualifies as a small business 8(a) set-aside, please contact your local Small Business Administration office for assistance. The Contractor shall provide all the management, supervision, manpower, materials, supplies, and equipment (except as otherwise provided by the Government) and plan, schedule, coordinate, and ensure effective performance of Court Security Officer services, at each designated location within the specified district. The Contractor must provide at a minimum, qualified Court Security Officers that have successfully completed Federal, state, county, municipal or military law enforcement officer with arrest authority, and must be able to pass certain physical fitness requirements as detailed in the Statement of Work. See attached Solicitation DJMS-12-R-0020 with Attachments. The resulting contracts will be Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts, with task orders issued as fixed price, fully burdened labor hours, time and material, pricing arrangements. It is anticipated each contract will be awarded consisting of one Base Period, and four One-Year Option Periods. The anticipated start date is October 1, 2012. All options will be evaluated for award purposes. The Government retains full discretion on exercising any option. Offeror's must be registered in CCR to receive award. To register, visit the CCR website at http://www.ccr.gov. Lack of registration in the Central Contractor Registration (CCR) database will make an offer ineligible for award. The distribution of this solicitation will be accomplished solely through Federal Business Opportunity web site http://www.fedbizopps.gov. Hard copies of the solicitation documents will not be available. The FedBizOpps site provides downloading instructions. All future information about this procurement, including solicitation amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All questions concerning the RFP must be submitted in writing. All questions must contain reference to the section/paragraph number of the RFP or SOW which is in question. Please do not include your company name in the wording of the questions, to facilitate a speedy response to questions asked. Offerors are advised that Questions concerning this RFP shall be submitted via e-mail to: Solicitation.DJMS-12-R-0020@usdoj.gov no later than 2:00 p.m., EST., Tuesday, June 19, 2012. Any questions received after the time specified may not be answered. Answers to questions will be provided to all Offerors via an Amendment, giving due regard to the proper protection of proprietary information. The due date for submission of proposals is no later than 12:00 p.m., EST, Wednesday, July 11, 2012. Proposals received after this date and time will be deemed late and not considered for award. The Government requests that proposals be valid for a period of up to 180 days after submission. PROPOSALS MAY NOT BE HAND-CARRIED AND WILL NOT BE ACCEPTED The following address shall be used for all delivery methods of proposals i.e. United States Postal Service or commercial companies such as UPS, Fed Ex, DHL, Airborne and United States Postal Service (USPS) Express Mail Next Day, etc: ATTN: DJMS-12-R-0020 Headquarters United States Marshals Service (USMS) Office of Security Contracts CS-3, 4th Floor 2604 Jefferson Davis Highway Alexandria, VA 22301 Attn: Cheata Sieng, Contract Specialist As an additional precaution to ensure receipt of all offers, Offeror's submitting proposals will be required to e-mail a notice on its company letterhead to the USMS, Attn: Cheata Sieng, Contract Specialist at Solicitation.DJMS-12-R-0020@usdoj.gov, stating that they are submitting a proposal and to include the method of delivery. For all correspondence and packages being sent via U.S. Mail, Offerors will need to allow for additional time for mailing to arrive in a timely manner due to all correspondence and packages being forwarded for irradiation prior to delivery at the United States Marshals Service Headquarters.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/DJMS-12-R-0020/listing.html)
 
Place of Performance
Address: Central District of Illinois, Northern District of Florida, United States
 
Record
SN02767659-W 20120608/120606235621-8cfa40d79bb2ea8a8bdfead4b821eead (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.