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