DOCUMENT
M -- Security Guard Services - Louisiana National Cemetery, Port Hudson National Cemetery and Baton Rouge National Cemetery. - Attachment
- Notice Date
- 11/9/2017
- Notice Type
- Attachment
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- National Cemetery Administration;NCA Continental District;155 Van Gordon Street;Suite 155;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78618R0048
- Response Due
- 11/17/2017
- Archive Date
- 1/1/2018
- Point of Contact
- Ann R. Manning
- Small Business Set-Aside
- N/A
- Description
- A. The Government is executing a sources sought for the purposes of determining if there are qualified Services Disabled Veteran Owned Small Business (SDVOSB) concerns that would have the capability to provide unarmed security services at three cemeteries: Louisiana National Cemetery (Zachary, LA), Baton Rouge National Cemetery (Baton Rouge, LA), and Port Hudson National Cemetery (Zachary, LA). The Government anticipates a requirement for a base and four option years for a total of five years. A partial Statement of Work, to include estimated quantities is as follows: ESTIMATED QUANTITIES FOR THE BASE OR OPTION PERIODS CLIN No. Description: Security Services Est. Qty Frequency/Unit Unit Cost Est. Total Cost 0001 Louisiana Security Services (2 days a Week) 624 Hours $_________ $___________ 0002 Louisiana Security Services Weekends 1860 Hours $_________ $___________ 0003 Louisiana Security Services Holiday Pay 120 Hours $_________ $___________ 0004 Baton Rouge Security Services (2 days a Week) 624 Hours $_________ $___________ 0005 Baton Rouge Security Services Weekends 1860 Hours $_________ $___________ 0006 Baton Rouge Security Services Holiday Pay 120 Hours $_________ $___________ 0007 Port Hudson Security Services (2 days a Week) 624 Hours $_________ $___________ 0008 Port Hudson Security Services Weekends 1860 Hours $_________ $___________ 0009 Port Hudson Security Services Holiday Pay 120 Hours $_________ $___________ BASIC DESCRIPTION OF SERVICES: PURPOSE: To provide security at Port Hudson National Cemetery, 20978 Port Hickey Road, Zachary, LA 70791, Baton Rouge National Cemetery,220 North 19 Street, Baton Rouge, LA 70806, and Louisiana National Cemetery, 303 West Mount Pleasant Road, Zachary, LA 70791 for weekends, holidays and weekdays. RESPONSIBILITIES: Contractor shall be required to supply all materials, transportation, and labor to fulfill Security Service requirements for unarmed security guard. Guard services shall be needed for Fridays, Saturdays, Sundays and Federal holidays and two nights during the week, rotating nights, 6 hour shifts, and federal holidays are 12 hour shifts. Schedule shall be 52 weeks per year. PROCEDURES: The security personnel shall be at the premises to provide one unarmed security. There will be rotating evenings Monday through Thursday. The security guard shall work from 6:00 PM to 12:00 AM. Fridays, Saturdays, Sundays and Federal Holidays the tour of duty is 6:00 AM to 6:00 PM. The security personnel shall patrol the cemetery grounds and buildings at least once every hour. When visitors are present, the guard is responsible for their safety. Security guard will physically inspect all building to ensure that no vandalism, loitering and unauthorized visitors are in the cemetery, Cemetery Director will be call and a possible charge for felony trespassing may be pressed against those individual/individuals. The security personnel shall have access to the outside restrooms. Security guard will be responsible for communication devices. No other access to building will be provided. Schedules should be forwarded to the cemetery office as well as list of names of security guards. There is no smoking on property and a designated smoking are will be established by Cemetery Director. Security guard will ensure that all gates are secured from 6:00 pm to 6:00 am during the weekday. On Federal holidays and weekends, the gates will be opened at 6:00am and closed at 6:00pm. B. Any interested source would need to provide a detailed Capability Statement or Resume that would support how the contractor would be able to execute requirements based on the following Technical and Past Performance Criteria: 1 - PRIMARY FIRM DIRECT EXPERIENCE (not subcontractors or teaming arrangements): Primary Firm Experience - The primary contractor (firm to submit offer) has a documented minimum of three years experience related to security guard services that is of a comparable scope. The primary offeror shall clearly identify the following: Project or Contract number Period of Performance Identified Under Contract Overall Dollar value of the contract A full itemization of work efforts under each specified contract. Identification of whether or not the contractor served as the prime firm or subcontractor. Identify the name, address, and DUNS, of your firm so as to enable the Government to execute relevant market research. Due remoteness of location, provide any teaming arrangements supporting fulfillment of staff requirements for remote locations. 2 - QUALIFICATIONS OF KEY PERSONNEL Provide updated resumes of key personnel employees, their relevant training and experience in relation to the pending requirement. 3 - SUFFICIENT PERSONNEL Provide a list of currently available in-house staff (employees) that could provide these services based on the Government s estimated requirements. Where are these employees geographically located? Provide a listing of subcontractors (possible teaming arrangements) that could provide these services based on the Government s estimated requirements. NOTE: All other business types (SB, LB) are encouraged to submit the above information in the event the Government cannot identify qualified SDVOSB or VOSB concerns for 100% set-aside purposes. NOTE: The Contracting Officer will not accept telephonic or e-mail inquiries in relation to this pending requirement. NOTE: General statements attesting to meeting experience requirements without addressing the submission requirements will not be considered. NOTE: All submissions shall be forwarded via e-mail: ann.manning@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0048/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618R0048 36C78618R0048.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3900710&FileName=36C78618R0048-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3900710&FileName=36C78618R0048-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618R0048 36C78618R0048.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3900710&FileName=36C78618R0048-000.docx)
- Record
- SN04737117-W 20171111/171109231130-8cf8d19cc67e6191a5d73a944e639543 (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 |