Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

S -- GUARD SERVICES FOR THE FERC HEADQUARTERS, WASHINGTON, DC

Notice Date
June 21, 2001
Contracting Office
Federal Energy Regulatory Commission (FERC), 888 First Street, NE, Washington, DC 20426
ZIP Code
20426
Solicitation Number
FERC02-RLM-00001
Response Due
August 1, 2001
Point of Contact
Contracting Officer/Specialist: Kimberly F. Fernandez (202) 208-1298
E-Mail Address
email address of contracting officer/specialist (kimberly.fernandez@ferc.fed.us)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. FERC02-RLM-0001 is issued as a request for proposal (RFP) and all provisions/clauses are those in effect through FAC 97-05. The Federal Energy Regulatory Commission (FERC) property located at 888 First St., NE, Washington, DC, requires unarmed, uniformed, guard services, to operate 7 posts (estimate 30,698 productive hours). 3 posts (2 fixed, 1 roving) are manned 10 hours, Monday through Friday (M-F); 2 fixed posts are manned 24 hours a day, 7 days a week; 1 fixed post manned 8.5 hours, M-F; and 1 fixed post manned 14 hours, M-F. In addition to the 7 posts, the requirement exists for a Supervisor manned 24 hours a day, 7 days a week (estimate 8,760) and Project Manager (estimate 2,008) manned 8 hours, M-F. Temporary Additional Services (TAS) hours may be required (not to exceed 500 hours). Award will be for one year, with a 10/1/01 start date, and 4 one-year options. Provision 52.212-1, Instructions to Offerors-Commercial, applies. Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(6): Offerors must breakout pricing by contract year and provide a summary of all years. For each year, pricing needs to reflect (1) total price per month for productive, supervisory and project manager hours; and,(2) A separate priced line item per hour for TAS hours. Addendum to FAR 52.212-1 SUBPARAGRAPH (b)(10): Offerors shall submit the following Past Performance Information: Factor 1: Past Performance of the Contractor (40 points maximum): The contractor shall submit a maximum of three (3) references for projects under which the company is currently active or has participated in since 1998. Offerors shall also provide the contract dollar amount, number of client/customer employees' services, and the number of employees supervised. Offerors are encouraged to submit references possessing similar levels of effort and similar contract dollar amounts as required under this RFP. The Government will evaluate past performance based upon the offeror's successful provision of guard services in accordance with the requirements of previous contractual agreements. Higher scores will be assigned where past performance references indicate that the services provided by the offeror were considered above standard and under circumstances similar to the requirements set forth in the subject RFP. Lower scores will be assigned where past performance references indicate that the services provided by the offeror were rated minimally acceptable or below standard. Past performance information to be evaluated includes quality and timeliness of services; effective management of the contract; and customer satisfaction. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the offeror. Offerors are authorized to provide information on problems encountered on these projects/contracts and provide information on the offeror's corrective action. The Government will evaluate past performance on guard service contracts/subcontracts only. For all past performance submittals, the contractor shall provide company names, points of contact, and current telephone numbers. The offeror will select three (3) references to complete the past performance information. The offeror will make every attempt to ensure that the references submitted are responsible sources willing to provide the Government with the required past performance information. Offerors shall notify each contractor of their inclusion as past performance references with the technical proposal being submitted against RFP#FERC-01-RlM-0001. Failure to respond to the Government past performance inquiry will not adversely affect the offeror's score in past performance evaluations. Provision 52.212-2, Evaluation-Commercial Items, applies. Addendum to FAR 52.212-2 SUBPARAGRAPH (a): Factor (2): Project Manager/Staff Supervisors/Staff Experience/Education (30 points maximum). For the proposed Project Manager, the contractor shall provide a resume per individual that provides requisite experience, education, and length of service. A maximum of 3 professional references shall be included. A minimum of 5 successful project management and supervisory experience is required. For the proposed Supervisory Staff, the contractor shall provide a resume per individual that provides requisite experience, education and length of service. A maximum of 3 professional references shall be included. A minimum of 3 years of successful supervisory experience is required. For the proposed guard staff, the contractor shall provide a resume per individual that provides requisite experience, education, and length of service. A maximum of 2 professional references shall be included. A minimum of 2 years of successful guard service experience is required. Factor 3: Training (30 points maximum). The Contractor shall ensure that all guards receive 58 hours of basic training and 15 hours of re-certification training every two years. Supervisors shall receive, in addition to the basic and re-certification training, annual CPRR/First Aid Certification Training. Training requirements shall be certified by the contractor for all staff personnel with the proposal submission. All training for all guards must be completed prior to assignment of duty posts. The offeror is responsible for ensuring and confirming all instructions, training and testing for supervisory and productive employees is conducted by qualified instructors. Qualification of instructors may be established by documentation of past experience in a teaching position or by the successful completion of a "course training" for qualifying personnel as instructors. Certifications of training and qualifications of instructors shall be submitted with proposals. The three evaluation factors, when combined, are approximately equal to price. Include a completed copy of Provision at 52.212.3, Offeror Representation and Certifications-Commercial Items, with offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Addendum to FAR 52.212-4: 1. 52.252-2 Clauses Incorporated By Reference (JUN 1988). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Clauses are as follows: 52.217-8; 52.217-9; 52.228-5; 52.232-18; 52.232-33; and 52.245-2. 2. Addendum to (g)(1)-(8), for an invoice to be proper it must contain the contractor's taxpayer identification number/employer identification number. 3. Insurance Requirements -- In accordance with FAR 52.228-5, Insurance -- Work on a Government Installation, the Contractor shall maintain the following types and minimum amounts of insurance during the life of the contract. (a) Worker's Compensation and Employers Liability Insurance -- as specified by applicable statute, but not less than $100,000; (b) General Liability Insurance -- Bodily Injury Liability of $500,000 per occurrence; and (c) Automobile Liability Insurance -- $200,000 per person, $500,000 per occurrence for bodily injury, and $20,000 per occurrence property damage. 4. Contract Type-This is a FIRM Fixed Price contract. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies. Addendum to FAR 52.212-5: The following clauses are incorporated by reference: 52.203-6; 52.219-8; 52.219-9; 52.219-4; 52.222-26; 52.222-35; 52-222-36; 52.222-37; 52.225-19; 52.222-41; 52.222-42; 52.222-43. Proposals are due 8/01/01, no later than 1:00 pm eastern standard time, at the above location to the attention of Kimberly F. Fernandez, ED14.1, Room 4J-04. If you have any questions please e-mail, Ms. Fernandez, who is the POC, no later than July 5, 2001, at e-mail kimberly.fernandez@FERC.fed.us or phone at 202-208-1298. In order to reduce FERC's administrative, copying and postal costs, vendors are requested to notify FERC at e-mail Kimberly.fernandez@FERC.fed.us -- of its intent to submit a proposal within five (5) calendar days from the date of this notice.
Record
Loren Data Corp. 20010625/SSOL003.HTM (W-172 SN50P6H8)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com