Level II Armed Security Guard Services
DESCRIPTION FEMA Class II Armed Security Services, DR 4440 SD, and DR 4448 SD. GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format ... DESCRIPTION FEMA Class II Armed Security Services, DR 4440 SD, and DR 4448 SD. GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This solicitation is a Request for Proposals (RFP). This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is DX00999Y2019T. Title: 4440 Security The Robert T Stafford Act (§ 5150) gives preference, to the extent feasible and practicable, to contractors residing, or doing business, in the affected areas. Sources are to be sought from within the affected counties of the declared disaster. The affected areas for DR 4440 SD are identified as: All counties in South Dakota, with exception of Harding, Butte, Lawrence, Meade, Custer, Corson, Haakon, and Stanley. This solicitation is set aside for Small businesses located within the affected counties. NAICS code: 561612; Small Business size standard is $20.5M. PSC: R430 All interested companies, that meet the Small Business size standard and reside in the affected areas or whose business is located in the affected areas, shall provide proposals for the services described in the Statement of work, and as follows. PLACE OF PERFORMANCE Security services will be required in the following locations within South Dakota: Yankton, Pine Ridge Reservation, Sioux Falls, Rosebud, Eagle Butte, Pierre, and Aberdeen. Locations are subject to change. Other locations may be added. DESCRIPTION OF SERVICES Provide Level II Armed Uniformed Security guards at multiple FEMA Field Office locations per the statement of work, and as follows: 1. JFO - 6 Positions, 24/7 coverage, with two (2) Twelve-hour shifts. 4 guards from 8am to 8 pm, 2 guards from 8pm to 8 am, 90 day duration with options to extend, Address: 3400 Empire St. Sioux Falls, SD 57106 (12,960 hours) 2. DRC#1, - 1 position, 8 am to 7 pm, 60-day duration with options to extend. Address: Yankton County EM Office,807 Capital Street, Yankton, SD, 57078 (660 hours) 3. DRC#2, - 1 position, 8 am to 7 pm, 60-day duration with options to extend. Address: Oglala Sioux Tribe (OST) Hwy 18 E & Moccasin, Pine Ridge Reservation, OST (660 hours) 4. DRC#3, - 1 position, 8 am to 7 pm, 60-day duration with options to extend. Address: Minnehaha (Southeast Technical Institute) 2000N. Career Place, Sioux Falls, SD 57107 (Rms 205 & 207) (660 hours) 5. DRC# 4, - 1 position, 8 am to 7 pm, 60-day duration with options to extend. Address: Rosebud Reservation (VA bldg.), 200 Akicita St., Rosebud, SD 57570 (660 hours) 6. DRC# 5, - 1 position, 8 am to 7 pm, 60-day duration with options to extend. Address: Cheyenne River Reservation Cultural Preservation Center, 98 S. Willow St, Eagle Butte, SD 57625 (660 hours) 7. AFO 1- Pierre, 2 positions, 8 am to 7 pm, 60 day duration with options to extend. Address: TDB (1320 hours) 8. AFO 2, - 2 positions, 8 am to 7 pm, 60 day duration with options to extend. Address: TDB (1320 hours) Government may cease part or all of services, adjust hours and days, with 48-hour notification. Performance to begin on or about 07/08/2019. Note that the locations, shifts and hours are likely to change as mission progresses. NON PRICING INFORMATION 1. Provide maximum 15-page attachment that describes: a. Company background and Management. b. Quality Control Plan and management approach to this specific requirement, to include any proposed or required deviations from the Statement of Work or delivery schedule. c. Provide up to three (3) verifiable references on relevant past contracts or assignments held, with preference for federal, state or local government contracts held, to include contract number, dollar value, dates of performance and points of contact. d. Briefly address ability to meet contract schedule and guard number requirement and indicate percentage of those guards that are currently vetted/cleared to an MBI or higher through FederalGovernment and can be utilized on this requirement. 2. Provide company Use of Force Policy to include Deadly Force policy as separate attachment. 3. Completed Representations and Certifications 4. As required in the Statement of Work (section 4.8 and 4.12.1.2) 5. See Security Site Access Requirements below Questions Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions may be submitted to Joseph.Gatlin@fema.dhs.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered. STAFFORD ACT PREFERENCE All eligible bidders can bid. However, preference for award will be given to the lowest priced, technically acceptable, responsive and responsible local bidder residing within disaster declaration DR 4440 SD (South Dakota) as defined by FAR 52.226-3c. EVALUATION CRITERIA The following factors shall be used to evaluate offers: 1. Management Approach/ Quality Control. 2. Relevant Past Performance, 3. Price. 4. Ability to meet delivery/period of performance. All factors are weighted equally. SERVICE CONTRACT ACT LABOR STANDARDS In performance of this contract the Contractor shall comply with the requirements of the U.S. Department of Labor Wage Determination number 2015-5370, dated 12/26/2018 (also attached). Wage determinations are available online at www.beta.sam.gov. COMMERCIAL ITEMS TERMS AND CONDITIONS The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13,52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Government may cease part or all of services, adjust hours and days, with 48-hour notification. Performance to begin on or about 07/8/2019. Note that the number of guards required, locations, shifts and hours may change as the mission progresses. Price Proposal The offeror shall submit the following information. • Completed Schedule of Pricing. This shall be presented on separate pages from all other. Pricing shall not be included in any other documents. Vendors asked to provide single hourly quote based on current anticipated hours. Each proposal shall be marked with the quotation number, title and Offeror's name. Pages shall be numbered. AWARD INFORMATION: FEMA intends the award of a firm fixed price purchase order, as a result of this combined synopsis/solicitation. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer based on price, technical capability, delivery, and past performance. Each offeror shall submit in their quotation, price, and a statement of delivery capability. Price is considered as equally important as delivery. PAYMENT: Payment will be made via Electronic Funds Transfer (EFT) to the bank of record as stated in the contractor's registration in the System for Award Management (SAM). Invoicing shall be monthly unless other arrangements are requested to the Contracting Officer. Any partial payments must be approved in advance by the Contracting Officer. SECURITY / SITE ACCESS REQUIREMENTS: All contractor personnel must be US citizens or US persons as defined by International Traffic in Arms Regulations and shall be cleared with FEMA Security. All contractor personnel will be subject to a favorable background investigation by the Department of Homeland Security. The appropriate security contact for the awarded contractor company shall submit a list of personnel to work on the contract to the FEMA Security representative, as provided at the time of award. That list shall include full name, date of birth, and Social Security number at least 72 hours prior to the scheduled work. SYSTEMS FOR AWARD MANAGEMENT REGISTRATION: All offerors wishing to be considered for this solicitation must be registered in the Systems for Award Management at www.sam.gov per Federal Acquisition Regulations section 4.11. Registration must be completed by the estimated award date. If registration is not completed, award will be made to the next eligible and qualified offeror. PROPOSAL DUE DATE: The closing date for the receipt of RFQs is no later than 3 pm, MST, Monday, July 1, 2019. All offers shall be submitted via email to Joseph Gatlin at: joseph.gatlin@fema.dhs.gov. Fax submissions will not be accepted. Quotations shall reference the solicitation number DX00999Y2019T and shall be titled as "4440 Security." Questions shall be submitted to joseph.gatlin@fema.dhs.gov. The point of contact for this solicitation is Joseph Gatlin. Email: joseph.gatlin@fema.dhs.gov or ph. 303-202-8933. This solicitation shall not be construed as a commitment of any kind. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Attachments: Wage Determination 2015-5370, Revision # 7, revision date 12/26/2018 Statement of Work
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »