70FBR423Q00000128 Unarmed Guard Services - DR4673-FL

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Florida
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Posted: May 27, 2023
Due: May 30, 2023
Solicitation No: 70FBR423Q00000128
Publication URL: To access bid details, please log in.
Follow
70FBR423Q00000128 Unarmed Guard Services - DR4673-FL
Active
Contract Opportunity
Notice ID
70FBR423Q00000128
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
REGION 4
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 27, 2023 11:10 am EDT
  • Original Published Date: May 19, 2023 10:15 am EDT
  • Updated Date Offers Due: May 30, 2023 12:00 pm EDT
  • Original Date Offers Due: May 29, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 14, 2023
  • Original Inactive Date: Jun 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Local Area Set-Aside (FAR 26.2)
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    FL
    USA
Description

The Federal Emergency Management Agency (FEMA) is considering the issuance of multiple Blanket Purchase Agreements (BPA) to execute multiple fixed rate/labor hour call orders for Unarmed Guard Services per Constructed Group Sites in support of disaster declared counties in (Lee, and Charlotte) for DR4673-FL.



Request for Quote 70FBR423Q00000128 is issued in accordance with FAR Part 13 Simplified Acquisition Procedures, and Part 12 - Acquisition of Commercial Products and Commercial Services.



This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USO 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A "local firm" means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area.



The Service Contract of 1965, as amended (41 U.S.C.)) is applicable for the procurement for American Sign Language Services and CART Services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No: 2015-4529 (Revision 20) Lee County and Wage Determination No: 2015-4565 (Revisions 21) Charlotte County.



----------------------------------------------



A. QUESTIONS to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Thursday, May 25, 2023.



B. RESPONSES to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Monday, May 29, 2023.



C. Proposal submissions shall not exceed ten (10) single sided pages, 8 1/2" x 11-page size, and no smaller than eleven (11) point character size. All proposals should be inclusive of a cover sheet, capability statement, vendor proposals, pricing chart, and/or certifications (as applicable). Contractors are required to adhere to all page limitations, as any information found on pages that exceed any page limitation will not be considered. (Resumes are excluded for this page count requirement).



D. The solicitation response requires an active registration with the System for Award Management (SAM) in order to be considered for award. All quote submissions must include the following information on a quote submission cover letter.



1. Tax Identification Number (TIN)



2. Unique Entity Identifier (UEI) Number (Formerly known as DUNS)



3. Authorized Representative Contact Name, Email, and Telephone Number



4. Complete Business Mailing Address



----------------------------------------------



Evaluation Factors (Per Group Site)



Proposals will be considered for evaluation only if the offeror’s SAM registration is current/active, and the offeror provides documentation/physical addresses they currently reside in or doing business in the designated disaster county (Lee) for the first constructed group site (Heritage Heights).



SAM Registration



Contractor shall provide the following:



1. Unique Entity Identifier (UEI) number



2. Confirmation of complete Active SAMs registration



3. FAR 52.226-3 Disaster or Emergency Area Representation.



(a) Set-aside area. The area covered in this contract is: (Lee- Fort Myers, FL 33908 & Sanibel Island/Charlotte County – Port Charlotte)



(b) Representations. The offeror represents that it ____ does ____ does not reside or primarily do business in the designated set-aside area.



-----------------------------------------------



Factor 1. Technical Approach – Company’s Capability/Experience



1. The Contractor's proposal response shall be evaluated based on the Company’s current experience and capabilities to mobilize immediately and complete the vetting process to commence unarmed guard services at the Heritage Height Group site located at 10660 Golden Journey Road, Fort Myers, FL 33908.



2. The contractor’s response shall be evaluated on its ability to provide and/or demonstrate the method of project management and oversight capability per group site. The Contractor must demonstrate its knowledge and thorough and comprehensive understanding of the requirement for unarmed security monitors/guards and include staffing (resume's) dedicated to Heritage Heights group site or future constructed Group Sites. This plan should seek to demonstrate the offeror’s ability to direct and control the operation of all requirements outlined in the statement of work.



3. The proposal response should also address resolution of any issues/hazards/injuries that may arise during assignment or examples of previous issues and chosen solution that resolved the situation safely and professionally.



4. The proposal should address whether services can be provided for one (1) potential future group site in (Charlotte County) Port Charlotte, FL and one (1) potential future group site in Lee County on (Sanibel Island) Sanibel, FL. Please note: these groups sites may or may not be constructed but in the event they are constructed FEMA will require unarmed guard services at these potential locations as well.



Factor 2: Past Performance



The submitted past performance experiences shall be past operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for armed or unarmed guard services over the past 1-3 years or currently in process. Experience may include current residents and/or Contracts entered into with the Federal Government, agencies of State and local governments, and commercial customers. Contracts with a parent or an affiliate of the offeror may not be used.



The Government will consider the above information, as well as information obtained from any other sources when evaluating the offeror’s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.



Factor 3. Cost or Price Evaluation



In accordance with FAR Subpart 12.209, the Contracting Officer shall determine that a prospective contractor is responsible and that the prices offered are reasonable before awarding the contract. The contracting officer must ensure that contract terms, conditions, and prices are commensurate with the Government’s need.


Attachments/Links
Contact Information
Contracting Office Address
  • 3005 Chamblee Tucker Road
  • Atlanta , GA 30341
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

May 19, 2023[Combined Synopsis/Solicitation (Original)] 70FBR423Q00000128 Unarmed Guard Services - DR4673-FL
May 20, 2023[Combined Synopsis/Solicitation (Updated)] 70FBR423Q00000128 Unarmed Guard Services - DR4673-FL
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow General Service Administration (GSA) Seeks to Lease the Following Space: Solicitation No.

GENERAL SERVICES ADMINISTRATION

Bid Due: 4/21/2024

Follow Lease of Office Space within Region 04. Request for Lease Proposal (RLP)

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/07/2024

Follow Modernization of equipment and deployment support of the Saturation Fly Away Diving

DEPT OF DEFENSE

Bid Due: 4/30/2024

Follow GUIS R5323240013 REPLACE 6 ROLL UP DOORS (OPAL BEA Active Contract Opportunity

INTERIOR, DEPARTMENT OF THE

Bid Due: 4/24/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.