Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2018 FBO #6079
SOURCES SOUGHT

S -- USPTO Security Guard Services

Notice Date
7/14/2018
 
Notice Type
Sources Sought
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
 
ZIP Code
22313-1450
 
Solicitation Number
USPTO-RFI-SECURITY-GUARDS
 
Archive Date
8/11/2018
 
Point of Contact
Teresa A. Kelley, Phone: 571-272-3262, Dennis D. Jolliffe, Phone: 5712725976
 
E-Mail Address
teresa.kelley@uspto.gov, dennis.jolliffe@uspto.gov
(teresa.kelley@uspto.gov, dennis.jolliffe@uspto.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or a promise to issue an RFP or RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Patent and Trademark Office (USPTO) is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the United States (U.S.) Government will not pay for any information or administrative cost incurred in responding to this RFI. All costs associated with responding to the RFI will be solely at the responding party’s expense. Please be advised that all submissions become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (https://www.fbo.gov) site for additional information pertaining to this RFI. The USPTO reserves the right to review responses to this RFI and issue an RFP/RFQ to vendors using the Alternative Competition Method in accordance with the Patent and Trademark Office Acquisition Guidelines (PTAG) and the Patent and Trademark Office Efficiency Act 35 U.S.C. 2(b)(4)(A). BACKGROUND The USPTO is the federal agency for granting U.S. patents and registering trademarks. The USPTO employs roughly 14,000 federal employees and contractors. USPTO employees' and contractors' hours are from 5:30 a.m.-10:00 p.m., Monday-Saturday, including federal holidays. USPTO has multiple office locations. Its headquarters is based in Alexandria, Virginia, with leased facilities located in Shirlington, Virginia; Detroit, Michigan; Dallas, Texas; Denver, Colorado; and San Jose, California. The USPTO Office of Security and Safety is responsible for security services at all USPTO facilities. For additional information and maps/addresses see the following web link: http://www.uspto.gov/about/contacts/locations/index.jsp The USPTO offices outside of Alexandria operate as seamless extensions of the USPTO main campus. All systems and operations in these offices work in conjunction and in harmony with the main campus systems and operations. Similarly, the physical security program at USPTO is a comprehensive one whereby the security systems currently in place are all linked and work together so as to provide security operations that are interconnected and unified. The Security Command Center at the USPTO main campus in Alexandria monitors (via cameras, access control, etc.) all USPTO office locations. The Security Command Center at the USPTO also works closely with the security force on the ground with regards to incidents, access control, operations, security forms/logs/etc. Security officers in locations other than Alexandria report to the USPTO main campus Security Command Center which is under the supervision of the Supervisory Security Officer and Project Manager at USPTO. The contractor shall provide all supervision, management, personnel resources, material, supplies and equipment, and shall plan, schedule, coordinate and ensure the effective performance of the guard services in general and the performance of the individual guards. Services shall be performed in a manner that will safeguard all employees, contractors and visitors and provide a daily deterrent against unauthorized or illegal activities directed toward government information, programs and government property. The Contractor bears the sole burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating agency. The Contractor shall possess ALL licenses required to perform services in the State of Virginia; Detroit, Michigan; Dallas, Texas; Denver, Colorado; and San Jose, California. REQUIRED SERVICES • Stationary and roving armed security guard and command monitoring services for people housed in on-site, government buildings/campuses/parking garages located in Alexandria and Arlington as well as outer perimeter patrol of the Alexandria campus. • Stationary and roving armed security services and monitoring for all leased facilities in the locations listed above. REQUIRED VENDOR CAPABILITIES • Security guards provided must possess, at a minimum, the following qualifications/training: U.S. Department of Homeland Security (DHS), Department of Criminal Justice Services (Virginia Department) (DCJS), Firearm Carry licenses for Regional Offices and First Aid and CPR with Automated External Defibrillator (AED) capability. • Actual training/shooting time on a firing range to include Tactical Course of Fire (Move, Cover and Engage and Low light Course of Fire will take place after for both DCJS and DHS Qualification). • The ability and experience to conduct training and evaluations/qualifications to meet the mandatory qualifications required by USPTO Contract • Provide certified K-9 services • Active Shooter Training and Qualifications must be conducted annually. Officers must be proficient to respond to an active shooter event. • Physical Agility Testing must be conducted annually • Tactical Firearm Course of Fire Training and Qualification must be conducted bi-Annually • Ongoing Weapon Simulator Training and Evaluations on a regular basis • An on-call reserve force will be required to be maintained at all times. This reserve force shall be of sufficient size to provide the amount of temporary or emergency staffing (TAS/SAS) services (e.g., services in the event of a natural disaster, civil disturbance, or other unanticipated event) • Provide the certification training specified by the manufacturers’ recommendations and/or any state or local requirements that may apply pertaining to the use or carriage of any lethal or less-than-lethal weapons (i.e. expandable baton and handcuffs). • Defensive tactical and weapons retention training and evaluation • Have in place a drug testing program and perform random drug screening to its officer force under the contract over each 12-month period of the contract. REQUESTED INFORMATION As part of the RFI response, vendors should describe their capabilities and experience as it pertains to the required services and required vendor capabilities listed above. Contractors shall demonstrate their experience providing services to government or private sector customers comparable to this requirement in terms of scope, size and complexity Interested and capable businesses should submit a copy of their company capability statement and include the following information: Company Overview: a. A brief description of your company b. Business size and size standard/applicable North American Industry Classification System (NAICS) codes. 561612 – Security Guards and Patrol Services is preferred c. Dun & Bradstreet (DUNS) number d. Website address e. Names of current or recent customers and a brief description of the work performed for each customer. Responses should include past performance references of similar size, complexity, and scope. Information should be pertinent and specific. Please list a point of contact name, telephone number and email for each reference f. Socio-economic designations held by your company and any expiration dates of those designations g. Federal government contract vehicles (include vehicle number), if any, under which Security Guard Services may be acquired. RFI RESPONSE INSTRUCTIONS Please submit a capability statement via email to Teresa Kelley, Contracting Officer, at Teresa.Kelley@uspto.gov. The response should be no longer than 10 pages in length. Responses must be submitted no later than Friday, 10 August 2018 at 11:00 a.m., EST. The email subject line must read: RFI Response – USPTO Security Guard Services.” Respondents to this RFI shall designate a primary and one alternative point of contact for the company (Name, Address, Email and Telephone Number). Only vendors that can provide the services at the scale and scope described above should respond to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/USPTO-RFI-SECURITY-GUARDS/listing.html)
 
Place of Performance
Address: 600 Dulany Street, Alexandria, Virginia, 22313, United States
Zip Code: 22313
 
Record
SN04992246-W 20180716/180714230031-a977bc8b55a5cf441bdb83f4183eb045 (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.