Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

R -- Unarmed Security Guard Services for the St George UT, Pocatello ID, Idaho Falls ID VA CBOCs

Notice Date
1/24/2023 2:32:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923Q0193
 
Response Due
2/6/2023 11:00:00 AM
 
Archive Date
03/08/2023
 
Point of Contact
John Cheng, Contract Specialist, Phone: 303-712-5776
 
E-Mail Address
John.Cheng2@va.gov
(John.Cheng2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, CO 80111-5152 is soliciting quotations for Service Disabled Veteran Owned Small Business (SDVOSB) total set-aside for Unarmed Security Guards for the St. George UT VA CBOC, Pocatello ID VA CBOC, and Idaho Falls ID VA CBOC IAW the SOW. Please review all attachments for this requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations and technical statements/documents are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation.  This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm fixed priced Base Plus 4 Option Years service contract. Evaluation of Quotes:  Basis of Award. This procurement is being conducted pursuant to FAR Part 12.301(c) procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and limitations of subcontracting will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers quote, conforming to the solicitation, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is not the sole evaluation factor. In addition to the general standards of responsibility found at FAR 9.104-1, in accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award. SP1 Security Guard Supervisor Personnel Specialized Experience. Offeror shall provide evidence (i.e.: resume) that the designated on-site security guard supervisor(s) who would be managing and scheduling as well as performing weekly on-site inspections the security guards has a minimum of two (2) years of successful in field professional security or law enforcement experience along with all requirements in the SOW paragraph 3) a. Supervisor. SP2 Security Guard Supervisor Personnel Monitoring Plan. Offer shall provide a narrative of the security guard on-site supervisor s personnel monitoring plan to include how they would be performing their weekly on-site inspections and/or problem solving, or the authority given by the contractor to their designated on-site supervisor in case of important personnel issues/violations. SP3 Security Guard Personnel Specialized Experience. Offeror shall provide resumes of at least the Top 3 most qualified potential unarmed security guards for the solicitation that shall meet the SOW paragraph 3) b. Security Guards Minimum Qualification Standards. SP4 Contractor Firm s Specialized Experience. Offeror shall provide customer POCs and past performance evaluation references of at least three (3) security related services using attached file: Exhibit A Past Performance Evaluation Questionnaire to demonstrate they have successfully performed within the past 3 years: recruiting, compliance with NAIC background investigations, training, and providing security guard services. SP5 Contractor s Plan to Meet contract requirements. Offeror shall provide a narrative plan on how they will execute upon award of the contract to meet the Recruiting, NACI background check, SF88 Health and Physical Fitness, and Equipping of their unarmed security guard employees to include emergency security guard personnel backfills if issues arise within 14 days of the contract award to prevent lapse of coverage. Note: Contractor s failure to meet the SOW requirements within the timeframe of the awarded contract will result in a CURE notice and has the potential leading to contract default. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the contracting officer will then determine if the offeror is responsible using the general standards of responsibility and the special standards of responsibilities (SSRs) applicable to this procurement. If contract award cannot be made to the offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may likewise find all quotes, not acceptable and cancel the solicitation if the quotes under evaluation exceeds the amount of funding available and/or technical documents do not meet the SOW and SSRs for the procurement. Technical documents and past performance, when combined, are more important than price, in accordance with FAR 15.304, the relative importance of all other evaluation factors. The Government intends to evaluate quotes and technical documents to award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. All solicitation questions shall be emailed to John Cheng, Contract Specialist, e-mail: john.cheng2@va.gov. Solicitation question(s) submission shall be received not later than 12:00pm MDT on January 27, 2023.  Late submissions will not be accepted.  All quotations and supporting documents shall be sent via email to John Cheng, Contract Specialist, e-mail: john.cheng2@va.gov. Submission shall be received not later than 12:00pm MDT on January 31, 2023.  Late submissions will not be accepted.  Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Governments timely receipt of their quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eac4507775ae4f9bb0c60e457ae84118/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Salt Lake City Health Care System 500 Foothill Drive, Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN06571645-F 20230126/230124230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.