Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

Bureau 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