This government file outlines the pricing worksheets for perimeter security assets and labor, specifically for Non-USSS/Personal events. The document details instructions for completing "Ceiling Pricing Worksheets" for both assets and labor, with yellow shaded areas for mandatory completion and blue shaded areas indicating prices that can be overridden by the Offeror. The asset worksheet requires unit prices for various perimeter security items, including concrete barriers, fencing (e.g., Anti-Scale, Chain Link), tents of various sizes, transportation (e.g., golf carts, blocking vehicles), lighting and power equipment (e.g., light towers, generators), waste management items (e.g., restroom trailers, dumpsters), furniture, miscellaneous items (e.g., traffic cones, cable ramps), climate control equipment, and heavy machinery (e.g., forklifts, mobile command centers). The labor worksheet requires Offerors to propose fully loaded labor rates and an escalation rate for various labor categories. The pricing structure covers a base year and extends through Base Year + 1, Base Year + 2, Base Year + 3, and Base Year + 4, with an option to extend services for an additional six months, as per FAR 52.217-8.
Attachment 2, titled “Past Performance Questionnaire,” is designed for offerors to provide detailed past performance references for federal, state, and local RFPs and grants. This document is a crucial component of Volume III: Organizational Past Performance References. Offerors must complete sections for up to three distinct past performance references. For each reference, they are required to provide comprehensive customer information, including the organization's name, address, and contact details for both the Contracting Officer and the Program/Project Manager. Additionally, offerors must furnish specific contract details such as the contract number, type (e.g., contract, BPA, order), pricing type (e.g., firm fixed price, cost reimbursement), award dollar value, and periods of performance. A key requirement is to indicate whether the offeror served as the prime contractor. Crucially, for each reference, offerors must provide a detailed description of the work performed, explicitly demonstrating its relevancy to the Statement of Work (SOW) requirements in terms of scope, size, and complexity. An option is also provided for offerors to indicate if they have no recent and relevant past performance information for the services required by the Performance Work Statement (PWS).
This Request for Proposal (RFP) from the United States Secret Service (USSS) seeks multiple firm-fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses for "Perimeter Assets" and related services. The USSS requires temporary security solutions, technical consultation, and coordination for National Special Security Events (NSSEs) across the U.S. This includes providing and managing various assets like vehicle barriers, fencing, tents, generators, and waste management. Contractors must demonstrate the capacity to staff, acquire, install, maintain, and remove these assets, adhering to strict timelines and security requirements. Proposals will be evaluated on management approach, technical approach, past performance, and price, with non-price factors being more important than price. Key deliverables include walk-through reports, CAD layouts, permits, and after-action reports.