Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

S -- MNA - Security Guard Services

Notice Date
2/11/2020 7:52:35 AM
 
Notice Type
Presolicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362 USA
 
ZIP Code
99362
 
Solicitation Number
W912EF20B0010
 
Response Due
3/27/2020 7:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Chandra D. Crow, Contract Specialist, Phone: 5095277202, Brooke Moore, Phone: 5095277913
 
E-Mail Address
chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil
(chandra.d.crow@usace.army.mil, brooke.n.moore@usace.army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for Security Guard Services, non-commercial services, prepared in accordance with Federal Acquisition Regulation Part 14. The NAICS code applicable to this acquisition is 561612, with a small business size of $22 Million as determined by 13 CFR 121.104. Competition for this requirement is restricted to certified Small Business 8(a) firms. IAW FAR 19.804-4 and IAW FAR Part 19.804 this requirement has been accepted into the 8(a) program (reference Small Business Association (SBA) requirement # ZE1573158376R). Offers received from any other socioeconomic designation will not be considered. When available, the solicitation documents for this project will be provided under solicitation W912EF20B0010. The Government estimates that the solicitation will be available on or around 26 February 2020. Please do not submit an offer without the solicitation package that will be provided to industry by the Government. The solicitation will be a Inquiry for Bid with Definitive Responsibility Criteria. The official bid due date will be contained within the solicitation and any solicitation amendments that may be issued. Responsibility Criteria: THIS INFORMATION WILL BE REQUESTED AFTER BID OPENING. The apparent low bidder will be required to meet the following experience requirements: * Provide a minimum of two (2) projects completed* within the last ten (10) years** which demonstrate experience in the following: ��� - Must demonstrate experience in access control to a large project area or large population base. ��� - Must provide proof of successful 8(a) certification. ��� - If applicable, provided experience must include one project example in Government access control contracts. Description of the Requirement: The contractor shall provide, except as identified in specifications, at time of solicitation, as Government Furnished, all personnel, labor, training, supervision, tools, equipment, materials, supplies and transportation necessary to provide guard services at McNary Lock and Dam. Specific tasks will include: McNary Lock and Dam is a federal facility operated by the U.S. Army Corps of Engineers (USACE). The proximity of the project to a relatively large population base and Project's missions in hydropower, navigation, fish passage, and general recreation require the Project, its property, and the personnel working in, on or around the facility be provided a reasonable assurance of security. The Primary objective of the security guard force is Access Control. Guards shall ensure only authorized personnel are allowed unrestricted access to the Project that all visitors are properly identified, and access controls are communicated and followed. In the event of unauthorized access, the guard will take the appropriate corrective actions. The nature of accomplishment shall be guided by Force Protection Standards, the Operations Project Manager, Project Security Point of Contact, or District Security Office. Relates to the detection, monitoring, reporting and reacting to any activity which appears to indicate intrusion, vandalism, theft, or other criminal or malicious activities on U.S. Army Corps of Engineers Property. The objective of the guard program in this instance is to provide a deterrent to any individuals considering or attempting any activity which may result from intent to cause harm or damage, and provide a means of response to incidences in occurrence. The guards shall respond to requests for assistance by USACE personnel or the public while on Federal Property. The guards will provide menial administrative tasks in support of providing that assistance or contact the appropriate authority to provide assistance. The nature of conduct in providing assistance will be guided by the Operations Project Manager, Project Security Point of Contact, or local standard operating procedures (SOPs). Guards shall be armed guards. Duties of security guards are categorized by three distinct areas: Routine, Non- Routine and Provisional. Routine Duties: Duties performed daily or several times a day regardless of Force Protection levels or Security Standards are considered to be routine duties. Routine duties may normally found within the Guard SOPs or Project SOPs provided by the Government and specific on-site orders. Non-Routine Duties: Duties performed on a one-time or infrequent basis are considered non-routine. Notification to the guards performing these duties may be minimal and as short in duration as to be provided upon the beginning of that day's shift. Provisional Duties: Duties which are non-routine, but carried out over an extended duration or period of time, and are expected to be non-permanent (performance is dependent upon existing situations which are temporary in nature) are considered to be provisional. Period of Performance: The period of performance will be for one (1) Base year of 12 months and four (4) option years of 12 months. The period of Performance reads as follows: Base Year: 04/01/2020-03/31/2021 (actual on site performance will begin 05/01/2020) Option Year 1: 04/01/2021-03/31/2022 Option Year 2: 04/01/2022-03/31/2023 Option Year 3: 04/01/2023-03/31/2024 Option Year 4: 04/01/2024-03/31/2025 Important Note: the�Beta.SAM Response Date listed elsewhere in this synopsis is for�Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. All bids, from 8(a) firms,�received by the closing date will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae60191ad5914b15ba55828c0721b515/view)
 
Place of Performance
Address: Umatilla, OR 97882-1441, USA
Zip Code: 97882-1441
Country: USA
 
Record
SN05557673-F 20200213/200211230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.