Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 7388 SECURITY GUARD FOR DOWNTOWN TRANSIT CENTERExcluded Parties List System Page 1 of I Search -Current Exclusions >Advanced Search > Multiple Names > Exact Name and SSNfrIN > MyEPLS > Recent Updates > Browse All Records View Cause and Treatment Code Descriptions > Reciprocal Codes > Procurement Codes > Nonprocurement Codes Agency & Acronym Information > Agency Contacts > Agency Descriptions > State/Country Code Descriptions OFFICIAL GOVERNMENT USE ONLY > Debar Maintenance > Administration > Upload Login EPLS Search Results Search Results for Parties Excluded by Firm, Entity, or Vessel : U.S. SECURITY ASSOCIATES, INC. State: COLORADO Country: UNITED STATES As of 21-Aug-2012 4:39 PM EDT Save to MyEPLS Your search returned no results. Back New Search Printer -Friendly Parities List; S;ysteml j Resources > Search Help >Advanced Search Tips > Public User's Manual >FAQ > Acronyms > Privacy Act Provisions > News System for Award Management > (SAM) Reports >Advanced Reports > Recent Updates > Dashboard Archive Search - Past Exclusions >Advanced Archive Search > Multiple Names > Recent Updates > Browse All Records Contact Information > For Help: Federal Service Desk https://www.epls.gov/epls/search.do 8/21/2012 7388 Security Guard at DTC US SECURITY ASSOCIATES Companv/Location Contact Name Phone E-Mail Larimer County Courthouse Pat McCosh 970-412-3773 mccosh d co.larimer.co.us REFERENCE COMMENTS Are you a current client of U.S. Security Associates? Yes How long have you been (or were) a client? Since May of 2011 What type of security does U.S. Security Associates provide for you? They provide entry point screening of customers to the Justice Center. They operate x-ray equipment and metal detectors as well as personal contact with our customers Has U.S. Security Associates provided services as promised? If not, please explain. Yes How would you rate your overall business experience with U.S. Security Associates? Very good. The do a great deal of customer service contact with us and our management team for quality assurance matters. Is there any other information you are willing to provide regarding your experience with U.S. Security Associates? I would recommend them. 7388 Security Guard at DTC US SECURITY ASSOCIATES Comoanv/Location Contact Name Phone E-Mail NOTES Email request sent. 611512012 2nd e-mail request sent 6120112 Good Samaritan Society Paul Rainbolt 970-686-2732 rainbol ood-sam.com REFERENCE COMMENTS Are you a current client of U.S. Security Associates? How long have you been (or were) a client? What type of security does U.S. Security Associates provide for you? Has U.S. Security Associates provided services as promised? If not, please explain. How would you rate your overall business experience with U.S. Security Associates? Is there any other information you are willing to provide regarding your experience with U.S. Security Associates? 7388 Security Guard at DTC US SECURITY ASSOCIATES Companv/Location Contact Name Phone E-Mail Colorado Rockies Baseball Club Dan "OI " Olsen 303-312-2017 olsen@coloradorockies.co REFERENCE COMMENTS Are you a current client of U.S. Security Associates? Yes How long have you been (or were) a client? 4 + years What type of security does U.S. Security Associates provide for you? 24 Hour Security of Coors Field Has U.S. Security Associates provided services as promised? If not, please explain. They have provided excellent security and support from management How would you rate your overall business experience with U.S. Security Associates? From 1-10. 1 would rate them a 10. Is there any other information you are willing to provide regarding your experience with U.S. Security Associates? Their management from the local office is always on top of matters providing support for their team and excellent communication with our management staff at Coors Field. All reports are completed on a timely basis and I feel very comfortable with our relationship. If the proper management and staff is in place, they will provide an excellent front line security option. CONTRACT CHECKLIST FOR COMPETITIVE PROPOSALS RFP No./Title: 7325 Security Guard Downtown Transit Checklist Item Contract File Comments Location 7) Independent Cost Estimate YES The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification NO Requirements This solicitation did not contain unreasonable requirements placed on firms in order for them to qualify to do business. 10) Unnecessary Experience and NO Excessive Bonding Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of NO Interest (OCI) If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action CORRECT There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions NOT APPLICABLE Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with —specific language. 14) Geographic Preferences NO The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation ONE YEAR WITH THE OPTIONS The contract period of performance for rolling TO RENEW 4 MORE YEARS stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 16) Written Procurement Selection YES Procedures The City has written selection procedures and the solicitation also identifies all requirements that offerors must fulfill and all other factors to be used in evaluating bids or proposals. 17) Solicitation Prequalification NO Criteria The solicitation required prequalification of persons, firms, or products. The list is current includes enough qualified sources to ensure maximum full and open competition, and potential bidders are not precluded from qualifying during solicitation period from issuance of the solicitation to its closing date. If the solicitation does not contain a prequalification requirement, check NA. 18) Award to Responsible 1. YES Contractor 2. YES The City made a determination that it was 3. YES awarding to a responsible contractor 4.YES considering such matters as contractor 5. YES integrity, compliance with public policy, record of past performance, and financial and technical resources. 1. Appropriate Financial, equipment, facility and personnel. (YIN) 2. Ability to meet delivery schedule. (YIN) 3. Satisfactory period of performance. (YIN) 4. Satisfactory record of integrity, not on declined or suspended listings. (YIN) 5. Receipt of all necessary data from vendor. (YIN) 19) Sound and Complete Agreement YES This contract is a sound and complete agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 24) Clear, Accurate, and Complete YES Specification A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 25) Two Bidders YES WE HAD 5 PROPOSALS Two or more responsible bidders were willing and able to compete effectively for the business. 26) Firm Fixed Price NO A firm fixed price contract was appropriate for this procurement. 29) Advertising FROM VENDOR BUYSPEED The Invitation for Bids was publically SYSTEM advertised. 30) Adequate Number of Sources FROM VENDOR BUYSPEED Solicited SYSTEM Bids were solicited from an adequate number of known suppliers. 36) Evaluation STANDARD RFP RATING A method is in place for conducting technical evaluations of the proposals received and the solicitation has evaluation factors identified along with their relative importance. 37) Price and Other Factors YES For this procurement, award was made to the responsible firm whose proposal is most advantageous to the grantee's Program with rice and other factors considered. 40) Evaluation of Options YES The option quantities or periods contained in the contractors bid or offer were evaluated in order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 41) Cost or Price Analysis Either a cost analysis or a price analysis was performed and documented. The price was determined to be fair and reasonable. 42) Written Record of Procurement 1) Yes City standard procedure is History to use RFP process for A&E The file contains records detailing the history selection of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. 43) Exercise of Options NA The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and determined that the option price was better than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes NO The grantee amended this contract outside the scope of the original contract. The amendment was treated as a sole source procurement (complying with the FTA —requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions NO The contractor did not receive an advance payment utilizing FTA funds and the contract does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions YES The contract contains progress payments based on costs incurred (as opposed to percent of completion) and the contract contains a provision giving the grantee title to property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. 47) Time and Materials Contracts NO This is a time and materials contract; the grantee determined that no other type of contract is suitable; and the contract specifies a ceiling rice. 48) Cost Plus Percentage of Cost CORRECT This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions NO This contract contains liquidated damages provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking RFP PROCESS 1) The file contains: Assignability provisions. 2) The procurement file contains: Price reasonableness determination. 56) Clauses YES This contract contains the appropriate FTA required clauses. Exclude Parties Search YES EPS run and include in the file SUPPLEMENT FOR ARCHITECT & ENGINEERING SERVICES Checklist Item Contract File Comments Location 8) A&E Geographic Preferences Not an A & E contract Geographic location is not a selection criterion or it is a selection criterion and its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract. 51) Qualifications Exclude Price The City evaluated the offeror's qualifications and excluded price as an evaluation factor. 52) Serial Price Negotiations The City conducted negotiations with only the most qualified offeror and failing agreement on price would conduct negotiations with the next most qualified offeror until contract award could be made to the most qualified offeror whose price is fair and reasonable to the grantee. Forte. �t� �C�`5 P Intle endent Cost Estimate Dale of Estimate: Contract Type: Existing Contract or PO (Y/N): 2/1/2012 Description of Goods (A) or Services (B) Security Services at Downtown Transit Center - Increased Patrol Times from 21 Hrs per Week to 48 Hrs per Week I have obtained the following estimate from; Published Price list / Past Pricing (date) 1/1/2011 Engineering or Techincat Estimate (performed by) Independent Third Party Estimate (performed by) Other(specifiy) Cost Estimate Details: (Estimate calculated in US Dollars) Cost of Standard Items Product Actual Projected 2012 2012 Total Estimate 2011 2012 15%Adj. Security Services Patrol at DTC -21 Hrs per Week-2 Months Total $ 3,500 Security Services Patrol at DTC - Extrapolated for 48 Hrs per Week - 2 Months $ 8,000 Security Services Patrol at DTC - 48 Hrs per Week - 12 Months Total $ 48,000 $ 720 Total $ 48,7201 Adjustment based on projected CPI increase Actual amount for 2011 represents 2 months out of 12 months service by previous contractor SAPurchatangXBidsV012 BIDS\7388 Secutiry Guard for Downtown Transit Center\ICE - 2012 Security Services(2).ds2012 Security Services 8/21/2012 Ft of Memorandum DATE: 9/10/2012 TO: John Stephen FROM: Karl Gannon SUBJECT: U.S. Security Services — Cost Analysis Transfort / Dial -A -Ride 6570 Portner Road Fort Collins, CO 80522 970.221.6620 970.221.6285 - fax fcgov.com I find the 2012 contracted rate with U.S. Security Services of $14.29 per hour to be reasonable and fair. I base this conclusion on: a) recent vendor bids received for security services at the Downtown Transit Center (DTC) — U.S. Securities had the second lowest bid in a range from $17.50 per hour at the high end to $11.43 per hour at the low end, and, b) the most recent security services contract at the DTC, that expired in August, 2012, cost $17.50 per hour — 22% higher than the current rate with U.S. Security Services. In addition to the cost comparison, other factors that were taken into consideration when selecting U.S. Security Services included a history of local contracts, the location of a business office in Denver, and strong, positive work references. Please let me know if you have any questions that I can answer. Thanks, Karl Karl Gannon City of Fort Collins Transfort / Dial A Ride (970)416-2087 7388 Security Guard at DTC US SECURITY ASSOCIATES Company/Location Contact Name Phone E-Mail Reference Evaluation Comments Larimer County Courthouse Pat McCosh 970-412-3773 mccoshpd@co.larimer.co.us SEE Larimer TAB Good Samaritan Society Paul Rainbolt 970-686-2732 prainbol@good-sam.com SEE Good -Sam TAB Colorado Rockies Baseball Club Dan "OI " Olsen 303-312-2017 olsen@coloradorockies.com SEE CO Rockies TAB