News

MNA тАУ Security Guard Services

Type of document: Contract Notice
Country: United States

MNA тАУ Security Guard Services

Agency:
Department of the Army

Official Address:
Attn: CENWW-CT
201 North 3rd Avenue Walla Walla WA 99362-1876

Zip Code:
99362-1876

Contact:
Chandra D. Crow, Contract Specialist, Phone 5095277202, Email chandra.d.crow@usace.army.mil тАУ Sara Edwards, Phone 5095277216, Email sara.edwards@usace.army.mil

Link:

Date Posted:
01/08/2019

Classification:
S

Contract Description:
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking 8(a) business sources, for a service requirement entitled: тАЬMNA тАУ Guard ServicesтАЭ for award of a base contract plus four option years.

This is scheduled to be issued as a Commercial Firm-Fixed-Price Service Contract. The purpose of this sources sought is to determine interest and capability of potential qualified 8(a) businesses relative to the North American Industry Classification code (NAICS) 561612. The Small Business size standard for this NAICS code is $20.5 Million.

To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis.

SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information (4) Confirmation statement of firmтАЩs 8(a) status (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar work, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.

Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Chandra Crow, Walla Walla, WA 99362 Phone: (509) 527-7202 Fax: (509) 527-7802 E-mail: chandra.d.crow@usace.army.mil. Response deadline: 02 September 2019 at 10:00AM. (Pacific Time Zone).

Place of Performance: Work will be performed at McNary Dam at 82790 Devore Rd. Umatilla, OR 97882-1441

Description of the Requirement: The contractor shall provide, except as identified in specifications, at time of solicitation, as Government Furnished, all personnel, labor, training, supervision, tools, equipment, materials, supplies and transportation necessary to provide guard services at McNary Lock and Dam.
Specific tasks will include: McNary Lock and Dam is a federal facility operated by the U.S. Army Corps of Engineers (USACE). The proximity of the project to a relatively large population base and ProjectтАЩs missions in hydropower, navigation, fish passage, and general recreation require the Project, its property, and the personnel working in, on or around the facility be provided a reasonable assurance of security. The Primary objective of the security guard force is Access Control. Guards shall ensure only authorized personnel are allowed unrestricted access to the Project that all visitors are properly identified, and access controls are communicated and followed. In the event of unauthorized access, the guard will take the appropriate corrective actions. The nature of accomplishment shall be guided by Force Protection Standards, the Operations Project Manager, Project Security Point of Contact, or District Security Office.

Relates to the detection, monitoring, reporting and reacting to any activity which appears to indicate intrusion, vandalism, theft, or other criminal or malicious activities on U.S. Army Corps of Engineers Property. The objective of the guard program in this instance is to provide a deterrent to any individuals considering or attempting any activity which may result from intent to cause harm or damage, and provide a means of response to incidences in occurrence.

The guards shall respond to requests for assistance by USACE personnel or the public while on Federal Property. The guards will provide menial administrative tasks in support of providing that assistance or contact the appropriate authority to provide assistance. The nature of conduct in providing assistance will be guided by the Operations Project Manager, Project Security Point of Contact, or local standard operating procedures (SOPs).

Guards shall be armed guards. Duties of security guards are categorized by three distinct areas: Routine, Non-Routine and Provisional. Routine Duties: Duties performed daily or several times a day regardless of Force Protection levels or Security Standards are considered to be routine duties. Routine duties may normally found within the Guard SOPs or Project SOPs provided by the Government and specific on-site orders. Non-Routine Duties: Duties performed on a one-time or infrequent basis are considered non-routine.

Notification to the guards performing these duties may be minimal and as short in duration as to be provided upon the beginning of that dayтАЩs shift. Provisional Duties: Duties which are non-routine, but carried out over an extended duration or period of time, and are expected to be non-permanent (performance is dependent upon existing situations which are temporary in nature) are considered to be provisional.

Period of Performance: The period of performance will be for one (1) Base year of 12 months and four (4) option years of 12 months. The period of Performance reads as follows:

Base Year: 05/01/2020-04/30/2021
Option Year 1: 05/01/2021-04/30/2022
Option Year 2: 05/01/2022-04/30/2023
Option Year 3: 05/01/2023-04/30/2024
Option Year 4: 05/01/2024-04/30/2025

Response Date:
090219

Sol Number:
W912EF19RSS52

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy