The Federal Emergency Management Agency (FEMA) uses contracted Protective Service Officers (PSO) to safeguard federal employees, visitors and property at both temporary and fixed facilities during disaster and emergency declarations.This requirement is for contracted PSOs to provide physical security at all sites and facilities related to disaster declaration DR-4340-VI (Hurricane Maria) encompassing the U.S. Territory that conforms the USVI.
The contractor shall provide Protective Service Officers in accordance with the Statement of Work (SOW).
SAM Requirement - This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Supplemental Information - Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation.
Evaluation of Offers - The Government will evaluate quotes received in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. A best value determination will be considered using the following factors: Price, Technical Capability, Local Area Set-Aside, and Past Performance, not necessarily in that order. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To account for the option period possible under 52.217-8 (maximum of six months), Options to Extend Services, the Government will evaluate the option to extend services by adding six months of the offeror’s total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6- month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at contract award. If, at the end of the contract’s/order’s period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period.
Stafford Act: Local Vendors During a Disaster - PROPOSALS WILL ONLY BE CONSIDERED FROM COMPANIES RESIDING OR DOING BUSINESS PRIMARILY IN THE UNITED STATES VIRGIN ISLANDS. Potential offerors must meet the requirements for FAR 52.226-3, FAR 52.226-4 and, FAR 52.226-5 and be operating within the United States Virgin Islands, which will be verified upon selection for award or otherwise will be determined ineligible for award. Local Vendor determination will be based on SAM Registration as defined by FAR 52.226-3(c). If the offeror does not meet representation criteria per FAR 52.226-3(c), the offeror shall furnish documentation to support its representation IAW FAR 52.226-3(c).
Notice to Offerors Statement of Contractor Assurance - By submitting this offer, the offeror certifies that, at the time of submission, they have adequate financial resources to perform the contract; they have the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards required by FAR 9.104-1. The offeror shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the proposer’s ability to implement the proposed project, as required by FAR [52.209-5 or 52.212-3(h)*], Certification Regarding Responsibility Matters. Instructions for Submitting Contractor Assurance Information The offeror shall submit information supporting this certification to the CO at the time proposals are due. This submission will only be reviewed by the CO in making a determination of responsibility. This information will not be reviewed as part of a technical evaluation and will not count against page limits for technical proposals. At a minimum, offerors shall include: 1) the offeror’s delivery plans, including, but not limited to, any agreements and/or arrangements with suppliers, providing as much detail necessary to explain how the statement of work will be accomplished within this working relationship; 2) a description of the offeror’s ability to adequately meet the financial demands of the requirement, including current relationships with lending and/or financial institutions or equity sources which have demonstrated interest in providing financing for the proposed project; and 3) at the offeror’s discretion, any additional information the offeror believes supports the above certification and will assist the CO in making the determination of responsibility for the offeror and its subcontractors.
Supplemental Information:
Attachment 1 - Statement of Work must be read and understood.
Attachment 2 - Notice to Offerors must be read, completed, signed, and submitted with the offer.
Attachment 3 - FAR Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment must be read, completed, signed, and submitted with the offer.
Attachment 4 - FAR Clause 52.204-26 Covered Telecommunications Equipment or Services-Representation must be read, signed, and attached with the offer.
Attachment 5 - FAR Clause 52.226-3 Disaster or Emergency Area Representation and FAR Clause 52.226-4 Notice of Disaster or Emergency Area Set-Aside must be read, completed, signed, and submitted with the offer.
Attachment 6 - Wage Determinations 2015-5715 Rev. 22 (05.21.25) must be read and understood.
Attachment 7 - Technical Evaluation Plan must be read and understood. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work as applicable. Offerors understand that all offers received are evaluated by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, the government may use criteria other than price to evaluate offers. Accordingly, please note that an award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government on the basis of price, technical capability, local area set-aside, and past performance, not necessarily in that order.
Attachment 8 - USVI FEMA Locations
See Attachments for complete RFP and Supplemental Information.