|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121Department of Transportation, Federal Aviation Admin. (FAA),
Procurement Branch, AWP-55, P.O. Box 92007, WWPC., Los Angeles, CA
90009-2007 S -- ARMED SECURITY GUARD SERVICES FOR OAKLAND AIR ROUTE TRAFFIC
CONTROL CENTER (ARTCC), FREMONT, CALIFORNIA SOL DTFA08-99-R-11301 DUE
071098 POC Y. Micki Hines, Contracting Officer (310) 725-7549; Quyen
Nguyen, FAA Contractor Rep., (310) 725-7543 WEB: Click here to Download
a Copy of SIR, http://awp.faa.gov. E-MAIL: Click here to Contact FAA
Rep via e-mail, quyen.nguyen@faa.dot.gov. Services Required: The
Federal Aviation Administration (FAA) hereby announces its requirement
for Armed Security Guard Services on a 24-hour basis at Oakland ARTCC
facility, Oakland, California. The Contractor shall provide all
personnel, equipment, materials, and supervision necessary to
satisfactorily perform the armed guard services. Services are required
24-hours per day, 7 days per week, 365 days per year (including
weekends and all holidays). All work shall be performed in accordance
with the FAA statement of work and specifications. The contract period
is from October 1, 1998, through September 30, 1999, with four (4)
one-year options. The estimated value for the base contract period is
between $250,000.00 to $500,000.00. The Standard Industrial Code for
this requirement is 7381. Evaluation Process: This announcement will
serve as SIR #1 and requires written responses from any and all
interested offerors who wish to be considered for award of the
contract. The Government will evaluate each offeror's submission on the
basis of how clearly each item is explained so it can be determined
that the contractor is qualified to perform the contract in strict
accordance with the FAA's requirements. It should not be necessary for
the Government to conduct discussions with the offerors in order to
obtain clearity of the information or documentation provided. The
offerors who have satisfactorily provided all information requested
will qualify for Phase 2 of the Evaluation Process. In Phase 2, each
qualified offeror will receive SIR #2, Request for Offers (RFO),
containing the details of the requirement. At that time, the offerors
will be asked to provide their prices to this requirement. Price will
be the last deciding criteria in the evaluation process. If all
offerors have been determined qualified to provide the requirement, the
Government will award to the responsible Contractor who provides the
best overall price including all option years. It is the intent of the
Government to obtain the services from the Contractor who is able to:
1) provide a well trained and managed staff, and 2) obtain the
necessary security clearances required to work at the facility. It is,
therefore, important for the offerors to explain how all requirements
below will be met to accommodate the Oakland ARTCC facility, rather
than providing generic qualifications or general "Advertisment" for the
company. Information Required from Interested Offerors: The FAA will
evaluate the responses to SIR #1, and will determine the RESPONSIBLE
offerors who will be able to provide the above requirement to the FAA,
giving the consideration to: I. COMPANY BUSINESS PLAN, to include at
a minimum, the following: 1. Offeror must provide their current
certificate of the "Facility Clearance" from the Defense Industrial
Security Clearance Office (DISCO). 2. Offeror must be licensed, bonded
and insured in the location of their principal place of business.
Documentation of the license, bonding and insurance coveraged MUST be
provided with the response to SIR #1. The documentation for bonding and
insurance must show these items will cover employees working at Oakland
ARTCC facility, Fremont, Califonria. Once the contract is awarded, the
Contractor must also comply with other local and state requirements in
performing this contract. 3. Offeror's written policies and procedures
regarding screening, hiring, training (classroom and project site) and
firearm proficiency requirements of employees. 4. Staffing -- All
guards assigned to the FAA facility must be cleared by DISCO. Explain:
a) how you will staff the contract, b) how you will provide coverage
when an assigned guard (cleared by DISCO) is unable to report to work,
c) how will you provide coverage in emergency situations, d) how
quickly are you able to provide employees who possess "Personnel
Clearance" from DISCO, and e) provide the approximate number of current
employees who possess "Personnel Clearance" and who are able to provide
services for this facility. 5. Provide information pertaining to both
the company's and supervisor's experience in managing, administrating
and supervision of classified contracts. II. PAST PERFORMANCE FOR THE
SAME OR SIMILAR WORK. Provide at least (3) references from 1995 to
present and list in the following order: 1) CLASSIFIED CONTRACTS
(requiring DISCO clearance) for Armed Guard Services performed at a
Federal Government facility. 2) NON-CLASSIFIED CONTRACTS for Armed
Guard Services performed at a Federal Government facility, 3) Armed
Guard Services performed at state or local government facilities, 4)
Armed Guard Services peformed at non-government facilities, and 5)
non-armed guard services. NOTE: The reference information, which must
be verifiable and shall include: 1) Agency or firm name, 2) name,
telephone number, and FAX number of the point of contact, 3) contract
number, 4) description of the contract and services required, 5)
contract length of time and dollar value. III. FINANCIAL
SOLVENCY/CAPACITY. This information will be based on the evaluation of:
1) the last two (2) years of financial statements, 2) banking
references, 3) two (2) credit references, 4) bonding references, and 5)
insurance references. NOTE: The reference information must be
verifiable and shall includ: 1) agency or firm name, 2) name, telephone
number, and FAX number of the point of contract, 3) account number(s),
4) whether the account is open or closed, 5) line of credit.
Documentation and the information requried by Items I, II and III above
MUST be provided with the response to this SIR #1. IF UTILIZING A
SUB-CONTRACTOR, the sub-contractor will also be required to provide the
documentaton and the information required by Items I, II and III. The
prime contractor will be required to provide documentation including
prior experience of management of sub-contractor services. All
interested offerors must respond to this SIR #1 in writing no later
than end of business day, July 10, 1998. Responses must identify
Solicitation Number DTFA08-99-R-11301. Responses should be made in
writing via U.S. Mail or Federal Express to the following addresses:
Mailed responses including Certified and Registered Mail: Federal
Aviation Administration, Procurement Branch, AWP-55, P.O. Box 92007,
World Way Postal Center, Los Angeles, CA 90009-2007, Attn: Ms. Quyen
Nguyen. Special Delivery or Express Mail -- U.S. Postal Services only:
Federal Aviation Administration, Procurement Branch, AWP-55, 15000
Aviation Blvd., 5th Floor, Federal Building, Room 5018, Lawndale, CA
90261, Attn: Ms. Quyen Nguyen. Handcarried offers or other types of
express mail services: Federal Aviation Administation, Procurement
Branch, AWP-55, 15000 Aviation Blvd., 5th Floor, Federal Building, Room
5018, Hawthorne, CA 90261, Attn: Ms. Quyen Nguyen. No facsimile
respones will be accepted. Any submissions received after July 10,
1998, will not be accepted. FAILURE TO PROVIDE ANY PORTIONS OF THE
REQUESTED DOCUMENTATION AND INFORMATION WILL RESULT IN THE OFFEROR
BEING DETERMINED NON-RESPONSIVE AND DISQUALIFIED FROM THIS PROCURMENT
ACTION.***** (0169) Loren Data Corp. http://www.ld.com (SYN# 0074 19980622\S-0002.SOL)
S - Utilities and Housekeeping Services Index Page
|
|