R--Manned Security Guard Service
ID: 140P8224R0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR HONO MABO(82000)HONOLULU, HI, 96850, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide manned security guard services at the American Memorial Park in Saipan, Northern Mariana Islands. The primary objective is to ensure the safety and security of park facilities and visitors during non-operational hours, specifically from 8 PM to 6 AM daily, including holidays. This procurement is crucial for maintaining the integrity of the park and protecting its assets, reflecting the government's commitment to engaging small businesses in essential service contracts. Interested parties must submit their proposals by September 9, 2024, and can direct inquiries to Lei Yang at lei_yang@nps.gov or by phone at 671-688-0187.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing manned security guard services at American Memorial Park in Saipan, Northern Mariana Islands. The contractor is tasked with ensuring the safety and security of the park's facilities and visitors, particularly during nighttime hours from 8 PM to 6 AM. Key responsibilities include performing regular building and grounds security checks every two hours, maintaining daily logs, and reporting any suspicious activities or emergencies to relevant authorities. The document emphasizes the importance of employing qualified personnel who meet specific citizenship, age, education, and health standards, maintaining a professional appearance, and adhering to safety protocols. The contractor is also responsible for all necessary permits, licenses, and insurance. Performance evaluation is overseen by a designated Contracting Officer Representative (COR), ensuring compliance with stipulated service standards and addressing any deficiencies. Regular progress meetings are to be conducted for performance discussions, and the contractor must implement a quality control plan to uphold service integrity. Overall, the PWS delineates a structured approach to safeguard American Memorial Park, highlighting the collaboration between the contractor and the National Park Service.
    The document outlines the Performance Work Statement (PWS) for the provision of manned security guard services at American Memorial Park, Saipan, Northern Mariana Islands, scheduled for July 2024. The contractor is responsible for ensuring the safety and security of the park's facilities and assets during nighttime hours from 8 PM to 6 AM every day, including holidays. Key tasks include conducting hourly security checks of buildings and grounds, maintaining a daily log of activities, and immediately reporting any suspicious incidents or emergencies to the National Park Service and local authorities. The contractor must obtain necessary permits and ensure compliance with local regulations while providing all required personnel and equipment. Additionally, the PWS stipulates stringent personnel qualifications, including citizenship and health requirements for security guards, as well as the establishment of a Quality Control Plan to monitor service quality. Regular progress meetings with government officials will help ensure compliance and address issues. Emphasis is placed on safety protocols, the protection of government property, and immediate reporting of any damages or incidents. Overall, the document serves as a comprehensive framework to procure reliable security services, ensuring operational integrity while honoring the memorial's significance.
    The document serves as a form for Quoters/Offerors to provide past experience and references in response to federal and state RFPs (Requests for Proposals). It requires submission of up to four contract experiences that showcase the bidder's qualifications, detailing the type of contract, total value, agency performed work for, contact information, timeline of work, and a brief description of duties. By documenting these experiences, the entity aims to establish credibility and demonstrate relevant capabilities to fulfill the requirements outlined in the Performance Work Statement. The emphasis on providing detailed contact points and descriptions signals the importance of tangible past performance in evaluating proposals, reflecting common practices in federal funding processes to ensure transparency, accountability, and quality in contractual partnerships.
    The document outlines an amendment to solicitation number 140P8224R0015, issued by the National Park Service for contract modifications. Key changes include the incorporation of the Northern Marianas Statewide Service Contract Act Wage Determination and the extension of the proposal submission deadline to August 12, 2024. The modified contract period runs from September 1, 2024, to August 30, 2025. The wage determination lists various job classifications with associated hourly rates, outlining compliance requirements under Executive Order 14026, which mandates a minimum wage of $17.20 for applicable contracts. It further clarifies stipulations around health and welfare benefits, vacation, and holiday entitlements required for workers. Additionally, relevant footnotes detail specific conditions for computer professionals and air traffic controllers regarding pay structures, including night and Sunday differentials and hazardous pay. Overall, the amendment aims to ensure fair compensation and compliance with federal labor standards for contractor employees performing on the designated contract in the Northern Marianas.
    The document is an amendment to solicitation number 140P8224R0015, primarily aimed at informing offerors of necessary changes and requirements related to wage determinations and proposal revisions. It specifies the acknowledgment of Wage Determination No. 2015-5693 and Executive Order 14026, requiring offerors to update their proposals to align with the minimum wage and fringe benefit requirements for 2024. Additionally, it outlines the need for a detailed breakdown of hourly wage rates from offerors. The due date for proposals has been extended to September 9, 2024, and it mentions the incorporation of a revised Performance Work Statement (PWS) dated August 28, 2024. The period of performance for the contract is specified as September 19, 2024, to August 18, 2025. The amendment emphasizes the necessity for timely acknowledgment of the changes to avoid rejection of offers, highlighting the procedural rigors associated with federal contracting. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a Request for Proposal (RFP) for unarmed security guard services at the American Memorial Park in Saipan, Northern Mariana Islands, with a performance period from September 1, 2024, to August 31, 2025. It focuses on the provision of security services during non-operational hours, from 8 PM to 6 AM daily, to ensure the safety and security of park assets and visitors. This RFP is issued as a Total Small Business Set-Aside under the North American Industry Classification System (NAICS) codes. Key requirements include the contractor's obligation to supply personnel, tools, and equipment and to comply with specified performance standards. Proposal submissions are evaluated based on price, technical capability, and past performance, with an emphasis on the contractor's ability to operate effectively at the remote location. The document specifies submission deadlines, documentation requirements, and evaluation criteria, as well as terms and clauses from the Federal Acquisition Regulation (FAR) that govern the acquisition process. This solicitation exemplifies the government’s commitment to engaging small businesses for providing essential commercial services and ensuring compliance with federal regulations.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage and fringe benefit requirements for federal contractors and their employees in Guam, Northern Marianas, and Wake Island. Effective from January 30, 2022, contractors must pay a minimum hourly wage of at least $17.20 or the appropriate rate listed in the determination. It lists various occupations, their codes, titles, and corresponding wage rates, including numerous supporting roles like administrative support, automotive service, healthcare, and technical occupations. In addition, the document outlines essential fringe benefits, including a health and welfare contribution of $5.36 per hour and vacation and holiday pay requirements. It discusses specifics around classification of unlisted occupations, particularly for computer-related roles, and emphasizes compliance with additional pay obligations under Executive Order 14026. This wage determination serves as a critical guide for compliance in federal contracts, ensuring fair compensation and benefits for workers in covered positions, vital for maintaining labor standards in service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    GSA seeks approximately 1,600 USF of office space in Saipan Islands
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 1,600 square feet of office space in Saipan, Northern Mariana Islands. The procurement requires a space that meets specific government standards for fire safety, accessibility, seismic stability, and sustainability, while also being located outside the 1-percent annual chance floodplain. This opportunity is crucial for ensuring the GSA's operational needs are met in compliance with federal regulations, facilitating effective project planning and execution in the region. Interested entities must submit expressions of interest by September 29, 2024, with a market survey estimated for November 15, 2024. For further inquiries, contact Sakawrat Kitkuakul at sakawrat.kitkuakul@gsa.gov or call 808-853-8252.
    Z--REPLACE FENCING, CARTER BARRON FACILITY
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of approximately 2,100 linear feet of fencing at the Carter Barron Facility in Rock Creek Park, Washington, D.C. The project involves the removal and disposal of existing chain link fencing and the installation of an 8-foot-tall anti-scale mini mesh fence to enhance security and address ongoing vandalism issues. This initiative is part of the government's commitment to maintaining and improving public park infrastructure, ensuring safety and aesthetic appeal. Interested small business contractors must submit sealed quotes by September 18, 2024, and attend a mandatory site visit on September 5, 2024. For further inquiries, contact Jason Burdett at jasonburdett@nps.gov or call 501-762-9517.
    Regional Armed Security Guard services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at multiple locations, including Norfolk Naval Shipyard in Portsmouth, Virginia, and Naval Support Activity in Philadelphia, Pennsylvania. The procurement aims to ensure the safety and security of various naval facilities, which are critical to national defense operations. This contract is set aside for 8(a) certified businesses under the NAICS code 561612, and interested parties should reach out to Susan Roberts at susan.roberts2@navy.mil or call 757-341-0091 for further details. The solicitation is currently open, and potential bidders are encouraged to prepare their submissions in accordance with the outlined requirements.
    WSMR Contracted Security Guards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide security guard services at White Sands Missile Range (WSMR) in New Mexico. The contract will involve armed security personnel who maintain Secret clearances and are responsible for safeguarding restricted areas, preventing unauthorized access, and ensuring the protection of classified information. This procurement is crucial for maintaining security at military operations and testing activities, with the solicitation expected to be issued around September 23, 2024. Interested parties can reach out to Joseph Flores at joseph.a.flores.civ@army.mil or Flor Sanchez at flor.f.sanchez.civ@army.mil for further details.
    Level II Security Guard Services - New Mexico (Amendment 1)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for Level II Security Guard Services in New Mexico, specifically in response to disaster recovery needs following recent severe storms. The contract aims to provide armed security services primarily at disaster-related sites and facilities within designated counties, with a total estimated value ranging from $2.1 million to $2.9 million over a year. This procurement emphasizes local area representation, favoring small businesses located in the affected counties, and requires contractors to demonstrate their technical capability and past performance in similar contracts. Proposals are due by September 17, 2024, at 2:00 p.m. ET, and interested parties should direct inquiries to Michael Bonds at michael.bonds@fema.dhs.gov or Arlene Warren at arlene.warren@fema.dhs.gov.
    SITK-FY24 WEAPONS PURCHASE
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the procurement of firearms, specifically one Colt M4 Carbine rifle and two Remington 870 Shotguns, to support operations at the Sitka National Historic Park. This firm-fixed-price contract is exclusively set aside for small businesses, adhering to a size standard of 1,000 employees under NAICS code 332994. The acquisition is crucial for enhancing safety and operational effectiveness within the park, reflecting the NPS's commitment to small business participation in federal contracting. Interested offerors must submit their proposals by September 19, 2024, at 5:00 PM Alaska time, with delivery required by October 22, 2024; for further inquiries, contact Francisco Velasco at franciscovelasco@nps.gov or call 907-644-3313.
    D1 Intercom Remediation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide intercom remediation services at the U.S. Park Police Central District Station. The project involves replacing and repairing the existing intercom system to restore its full functionality, ensuring compliance with safety and electrical standards, and providing a three-year warranty on parts and labor. This procurement is crucial for enhancing communication capabilities within law enforcement facilities, thereby supporting operational security. Interested vendors must attend a mandatory site visit on September 16, 2024, with attendance confirmation required by September 12, 2024. For further inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    Fire, alarm, sprinkler sys insp, Mt Rainier NP
    Active
    Interior, Department Of The
    The National Park Service is seeking qualified contractors to provide inspection, testing, and maintenance services for fire alarm and sprinkler systems at Mount Rainier National Park. The procurement aims to ensure compliance with National Fire Protection Association (NFPA) standards by identifying and reporting deficiencies in these critical safety systems. This opportunity is particularly significant for enhancing emergency preparedness within federal facilities while promoting small business participation, as it is a total small business set-aside with a size standard of $11.5 million. Interested vendors must submit their quotations by 2 p.m. Pacific Time on August 19, 2024, and direct any questions to Hal Hoversten at halhoversten@nps.gov by September 16, 2024.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.