COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS
99 -- GUARD SERVICES FOR THE RODGER'S HOLLOW SITE, FORT KNOX, KY
- Notice Date
- July 3, 2001
- Contracting Office
- U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- DACA27-01-B-0009
- Response Due
- July 24, 2001
- Point of Contact
- Christine L. Scena, (502) 315-6204
- E-Mail Address
- Contract Specialist (Christine.L.Scena@lrl02.usace.army.mil)
- 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; offers are being requested and a written solicitation will not be issued. The solicitation number is DACA27-01-B-0009 and this solicitation is issued as an Invitation for Bid. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiton Circular 97-26. The SIC is 7381 and the NAICS is 561612. The small business size standard is $9.0 mil. This solicitation is set aside for small business. All responsible sources may reply. Bidders shall submit a signed and dated bid to U.S. Army Corps of Engineers, ATTN: CELRL-CT/Scena, 600 M.L. King Jr. Place, Room 821, Louisville, Kentucky 40202-2230 prior to bid opening time of 2:00 p.m. (local time) on July 24, 2001. THIS IS AN ALL OR NONE REQUIREMENT TO BE AWARDED TO ONE (1) CONTRACTOR. Contract Line Items and Estimated Quantities are as follows: 0001. Furnish and Provide Unarmed Guard Services for the period starting 1 August 2001 and ending 31 December 2001, in accordance with the Scope of Work and in accordance with the terms and conditions contained in Invitation for Bid No. DACA27-01-B-0009, estimated 1836 hours @ $_________ per hour for a total amount of $________________. 0002. Provide Armed Guard Services for the period starting 1 August 2001 and ending 31 December 2001, in accordance with the Scope of Work and in accordance with the terms and conditions contained in Invitation for Bid No. DACA27-01-B-0009 , estimated 1836 hours @ $___________ per hour for a total amount of $ ______________. 0003. Unarmed Guard Services for the First Option Period (1 January 2002 thru 31 December 2002), estimated 4380 hours @ $________ per hour for a total amount of $_____________. 0004. Armed Guard Services for the First Option Period (1 January 2002 thru 31 December 2002), estimated 4380 hours @ $________ per hour for a total amount of $_____________. 0005. Unarmed Guard Services for the Second Option Period (1 January 2003 thru 31 December 2003), estimated 4380 hours @ $________ per hour for a total amount of $___________. 0006. Armed Guard Services for the Second Option Period (1 January 2003 thru 31 December 2003), estimated 4380 hours @ $________ per hour for a total amount of $_____________. 0007. Unarmed Guard Services for the Third Option Period (1 January 2004 thru 31 December 2004), estimated 4392 hours @ $________ per hour for a total amount of $_____________. 0008. Armed Guard Services for the Third Option Period (1 January 2004 thru 31 December 2004), estimated 4392 hours @ $________ per hour for a total amount of $_____________. 0009. Unarmed Guard Services for the Fourth Option Period (1 January 2005 thru 31 December 2005), estimated 4380 hours @ $________ per hour for a total amount $_____________. 0010. Armed Guard Services for the Fourth Option Period (1 January 2005 thru 31 December 2005), estimated 4380 hours @ $________ per hour for a total amount of $_____________. GENERAL. The contractor shall provide uniformed guard services for the Rodger's Hollow Site at Fort Knox, Kentucky, for a base period with four option years. Performance shall include the services 24 hours per day, 7 days per week, holidays included. Approximately half of the time, the guard will be required to be armed, with the remaining time the guard will be unarmed. For any given shift, the requirement for being armed will not change. The schedule for armed versus unarmed will be coordinated in advance (typically 2 weeks before) with the assigned point of contact at the Rodger's Hollow site. The guard will be at the existing guard shack at the entrance to the Site. The shack is heated, enclosed and has telephone services for emergencies. The guard shack is located on the Ft. Knox Military Reservation in Bullitt County, Kentucky. The estimated number of hours for a 12-month period will be 8760 hours. There may be variations in the number of hours needed based on customer needs; however, the number of hours listed per line item will not be exceeded under the resulting award. Wage Determination No. 1994-2223 (Rev 15) dated 6/6/2001 is applicable to this service. A firm-fixed price contract is anticipated to result from this solicitation. The following clauses apply to this acquisition and some fill-ins are required and must be included with the bid. FAR 52-252-1, Solicitation Provisions Incorporated by Reference, http://www.arnet.gov. FAR 52.252-2, Clauses Incorporated by Reference, http://www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items, Contract award will be made in accordance with FAR clause 52.214-10, Contract Award Sealed Bidding. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms. EVALUATION OF PRICE: Prices shall be evaluated by multiplying the unit price by the quantities shown for the respective items listed. The total price for evaluation purposes shall include base and all option years. Discounts for early payment, if offered, will not be considered in the evaluation for award.. 52.212-3 Alternate I, (fill-in) Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of the provision at 52.212-3 with its offer. 52.212-4, Contract Terms and Conditions. 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. Applicable clauses include 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans for the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities, , 52.222-41, Service Contract Act of 1965, As Amended (41.U.S.C. 351, et seq.), 52.222-42, Statement of Equivalent Rates for Federal hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) Guard I (27101)- $10.34 per hour and Guard II (27102)- $11.57 per hour. 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.214-1, Solicitation Definitions Sealed Bidding (Jul 1987). 52.214-3, Amendments to Invitations for Bids (Dec 1989). 52.214-4, False Statements in Bids (Apr 1984). 52.214-5, Submission of Bids (Mar 1997). 52.214-6, Explanation to Prospective Bidders (Apr 1984). 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids (Nov 1999). 52.214-9, Failure to Submit Bid (Jul 1995). 52.214-10, Contract Award Sealed Bidding. 52.217-5, Evaluation of Options (Jul 1990). 52.217-8, Option to Extend Services (Nov 1999), 30 days prior to the expiration date of the contract. 52.217-9, Option to Extend the Term of the Contract (Mar 2000),(a) 30 days prior to the expiration date, 60 days, (c) 5 years). 52.219-1, Small Business Program Representations (OCT 2000) Alternate 1 (OCT 2000) & Alternate II (OCT 2000) NAICS is 561612, small business size standard is $9 million. 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996). 52.222-3, Convict Labor (Aug 1996). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.228-5, Insurance-Work on a Government Installation (Jan 1997), Type-General Liability, Amount -- $500,000 Per Occurrence. 52.232-1, Payments (APR 1984), 52.232-11, Extras. 52.232-36, Payment by Third Party (31 U.S.C. 3332). 52.233-3, Protest After Award (Aug 1996). 52.237-1, Site Visit (Apr 1984). 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 19984). 252.204-7004, Required Central Contractor Registration (MAR 2000). 252.243-7001, Pricing of Contract Modifications (DEC 1991) DETERMINATION OF AWARD: The Government will make contract award in accordance with FAR provision 52.214.10. Any solicitation amendments issued by the Contracting Officer must be acknowledged by bidders. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation shall be provided by the bidder. Any bid that fails to furnish required representations and certifications, or which rejects or changes any terms and conditions of this solicitation, may be rejected and excluded from consideration. The method of payment shall be VISA. A written notice of award shall result in a binding contract without further action by either party. Offers shall specify business size and classification. Facsimile offers will not be accepted. Documents cited in this combined synopsis/solicitation may be obtained by written fax request to Christine Scena at (502) 315-6195.
- Record
- Loren Data Corp. 20010706/99SOL003.HTM (W-184 SN50Q7K3)
| 99 - Miscellaneous Index
|
Issue Index |
Created on July 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|