|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad
Ave, Boulder City, NV 89005-2422 S -- SECURITY SERVICES, LOWER COLORADO DAMS FACILITIES OFFICE, DAVIS
DAM FIELD DIVISION, DAVIS DAM, BULLHEAD CITY, ARIZONA SOL
99-SQ-30-12550 DUE 032699 POC Ms. Caryn Rotheim, Procurement Tech, at
(702) 293-8588, or e-mail: crotheim@lc.usbr.gov WEB: Visit the web page
for this project for information,
http://www.lc.usbr.gov/~g3100/svc12550.html. E-MAIL: E-mail questions
or responses to Ms. Caryn Rotheim,, crotheim@lc.usbr.gov. The Bureau of
Reclamation has a requirement for providing Uniformed Security Services
at Lower Colorado Dams Facilities Office, Davis Dam Field Division,
Davis Dam, Bullhead City, Arizona. The services will include the
following: On-site security service for closing the public tour area
and unscheduled vehicular uniformed guard patrols throughout the
evening and early morning hours with daytime patrols on Fridays,
weekends and holidays. The contract period will be for one calendar
year beginning 6/1/99, with four yearly options. The applicable SIC
Code and small business size standard is 7381/$9M. This is a total
small business set-aside. THIS SOLICITATION IS ISSUED IN ACCORDANCE
WITH FAR PART 12, ACQUISITION OF COMMERCIAL ITEMS. Government will
award the contract to the quoter who (a) assents to the terms of the
RFQ (Request for Quotations), (b) has the best combination of
experience/past performance, qualifications, and price, and (c)
represents the best value to the Government as determined by the
evaluator, in this order of relative importance. Nonprice factors are
equally important and, when considered together, significantly more
important than price. The Government reserves the right to award
without discussion to the firm providing the best overall value. Should
discussions be held, the three best quoters will be interviewed and
evaluation factors will be expanded to include an interview process to
determine the firm with the best understanding of the required work.
All responsible sources may submit a quotation in response to the
solicitation. The Contractor must demonstrate the capability to provide
services of up to two (2) qualified, trained, and experienced
personnel, which may include a guard and shift supervisor or
dispatcher. The Contractor must demonstrate that they possess the
capability to provide management, supervisory, administrative, and
professional security guard personnel who are qualified, trained, and
experienced. The employment qualification requirements for security
guards shall be at or exceed Guard I standards and include, but are not
limited to, education (HS diploma or GED), communication skills,
experience, medical, and background checks. All personnel involved in
the contract shall posses and maintain the required licenses, permits,
and/or certifications for the states of Arizona and Nevada. The
Project Manager shall possess at least a minimum of five (5) years of
successful security experience in field supervision (civilian community
law enforcement, military service law enforcement, commercial or
industrial guard service) and three (3) years (within the last five
years) of management experience. Shift Supervisors shall possess at
least a minimum of three (3) years of successful security experience in
field supervision (civilian community law enforcement, military
service, law enforcement, commercial or industrial guard service).
Security Officers shall possess at least three (3) years of security
experience within the last five (5) years. The Contractor must
demonstrate that it has the capability to provide necessary training.
All training shall be provided by an instructor(s) certified by both
states of Arizona and Nevada. The Contractor must also demonstrate that
it has the capability to provide necessary administrative support,
uniforms, equipment, materials, and supplies necessary to provide all
the required services. The Government anticipates a one-year base
contract with 4 one-year options. Small business firms responding to
the RFQ by submitting a quote must be able to: (1) state that they are
a small business based on the size standard above and state if they
are small disadvantaged, woman-owned business, or 8(a); (2) provide the
name of a firm involved in security guard services, point of contact
with phone number, number of employees of the firm involved with
security services, and annual revenue for SIC code 7381; (3) submit
detailed information supporting their capabilities and qualifications
to provide the required management and security guard services; (4)
provide specific relevant security guard contracts being performed or
recently completed, detailed description of the work, explanation of
how work relates to the Bureau of Reclamation's requirement, size of
buildings supported, number of posts and employees working on contract,
annual and total dollar value of contracts, contract numbers, points of
contact and phone number; and (5) provide any other pertinent
information which would enable the Government to assess the firm's
capabilities. It is imperative that firms respond with the required
information so that capabilities can be evaluated accurately. Estimated
solicitation issue date is on or about 3/5/99, with a quotation due
date of 3/26/99. A PRE-QUOTE CONFERENCE AND SITE VISIT WILL BE
CONDUCTED ON 3/15/99. PROSPECTIVE QUOTERS DESIRING TO VISIT THE SITE OF
THE WORK SHOULD CONTACT MR. GEORGE KRAFT AT 520/754-3626. The
solicitation and any documents related to this procurement will be
available on the Internet at
http://www.lc.usbr.gov/~g3100/svc12550.html. Contractors who download
documents from the web site are responsible for monitoring the site for
the release of the solicitation and any amendments. Hard copies of
solicitation documents will be distributed simultaneously to all those
who have requested them on the date of issue or, if the request is
received after issuance, anytime thereafter. All contractors
downloading the solicitation shall notify this office in writing (mail,
e-mail or fax) in order to be placed on the planholders mailing list.
Send notifications or requests for the RFQ (1) by mail to Bureau of
Reclamation, Lower Colorado Region, P.O. Box 61470, Attn: LC-3116,
Boulder City, Nevada 89006-1470; (2) by e-mail to crotheim@lc.usbr.gov;
or (3) by fax to (702) 293-8499. Please submit the following
information with your request: Company name, mailing address, contact
name and telephone number, fax number, e-mail address, and a brief
description of the services your company customarily provides. As a
part of our market research, we also request that you include
information about your business size (number of employees and average
annual revenue). Posted 02/17/99 (W-SN299309). (0048) Loren Data Corp. http://www.ld.com (SYN# 0116 19990219\S-0003.SOL)
S - Utilities and Housekeeping Services Index Page
|
|