TO: Kristi Thompson, Services Division Director

Total Page:16

File Type:pdf, Size:1020Kb

TO: Kristi Thompson, Services Division Director

M E M O R A N D U M

TO: Kristi Thompson, Services Division Director DMB, Purchasing Operations

DATE: September 17, 2009

FROM: Lymon C. Hunter, CPPB DMB, Purchasing Operations - MRO

RE: Award Summary and Synopsis for RFP No. 071I9200212 Unarmed Security Guard Services – Bay & North Regions

I. Background Information/General: This Request for Proposal (RFP) sought proposals to establish a contract(s) for unarmed security guard service for various State of Michigan facilities as detailed on the attached listing and on the requisition. Article I is designed to provide bidders with information requirements associated with this RFP.

The RFP package was posted to the Purchasing Operations website on June 2, 2009

II. Buyer (or Joint Evaluation Committee): All RFP responses were evaluated by DMB Buyer:

Lymon C. Hunter, CPPB DMB-Purchasing Operations

III. Bidders: A total of 17 bidders submitted proposals for this RFP by the published due date of July 9, 2009. Of those 17 bidders that responded, one bidder failed to submit their responses for the items listed in Article 5 as well as failure to acknowledge and concur with each term listed in Article 2, and was thus deemed non-compliant. Bidders’ are as follows:

MI Name CRO SDV Address City / State Pass Business NO 8066 E Fulton St Ada, MI YES YES CSS USA, Inc. NO NO NO 15565 Northland Dr, Ste YES YES Advance Security Southfield, MI 103W NO NO YES YES RCN Security Corp. 615 Griswold, Suite 820 Detroit, MI Strategic Protection NO NO 25900 Greenfield, Ste 144 Oak Park, MI YES YES NO NO Chicago Heights, YES YES Diamond Detective 1651 N Halsted IL Securitas Security NO NO 1695 Service Rd., Ste 200 Grand Rapids, MI YES YES NO YES 5160 Falconview Ave SE Kentwood, MI YES YES DK Security G-2348 Stone Bridge Dr., Flint, MI NO YES B.K. Teachout NO NO Bldg H Wackenhut Corp. NO NO 2900 Vassar, Ste 240 Livonia, MI YES YES NO NO 360 E. Congress Detroit, MI YES YES Eagle Security Star Security NO YES P.O. Box 32010 Detroit, MI YES YES NO NO 118 1/2 N. Third St. Niles, MI YES YES Marz Security Services Unity Security NO NO 172 Gardner Street Sparta, MI YES YES Conley's Security NO YES 3665 Church Street. Saginaw, MI YES YES NO NO Rochester Hills, YES NO Black Tie Security 2939 S. Rochester Rd. #228 MI Page 1 of 7 Vista International NO NO YES NO 27424 Lahser Southfield, MI Paschal Security NO NO 6070 S. Martin L. King Blvd. YES Non- Systems F-2 Lansing, MI compliant

IV. Vendor Selection Criteria and Evaluation: Bidders were to provide detailed information relative to their ability to meet all of the specific requirements included in the RFP. Bidders were evaluated on their technical proposals as outlined below. Those successful bidders who received a score of 80 points or more became pre-qualified to receive invitations to bid on actual unarmed security guard services over the next five years. Indicated below is a description of the specific criteria relating to the overall evaluation process and the factors presented in the Technical Proposal:

A. Criteria: Bidders were evaluated using a three-step selection process: . Evaluation of Proposal by DMB-Purchasing Operations . Evaluation of Price Quotation for those proposals of 80 points or higher (technical score) . Evaluation of Combined Proposal Score and Price Score (Best Value)

B. Factors (including weight used for determining evaluation of technical proposal)

(1) Company Information (10 points) . Name, address, principle place of business, telephone number of legal entity with who Contract is to be written and e-mail address. . Provide location address, if different from above and/or address of branch office. . Legal status and business structure (corporation, partnership, sole proprietorship, etc.) of the Bidder and the year entity was established. If your organization is a subsidiary of another company/organization, provided information of parent company. . In addition, please provide: (a) Company Sales Volume for the last five (5) years. (b) Size of organization and location of facilities that will be involved in any resulting Contract. (c) Provide an organization chart listing key individuals in your organization. In addition, the Contractor(s) shall keep the organizational chart updated throughout the Contract duration. (d) Provide evidence of financial strength in the form of annual reports, income statements, balance statements or equivalent information. . Name, title, address, email, phone and fax numbers for Bidder’s ITB Contact. . Note: Person named above will be sole contact for your company to receive the Contract. Include the name and telephone number of person(s) in your company authorized to expedite any proposed Contract with the State (if different from above).

(2) Qualifications A. Prior Experience (40 points) Indicate the prior experience of your firm, which you consider relevant to your ability to the successful accomplishment of the Contract for the security guard services as defined by this RFP. Include sufficient detail to demonstrate the relevance of this experience. Proposals submitted should include, in this section, descriptions of qualifying experience to include project descriptions, costs, and starting and completion dates of projects successfully completed. Also, include the name, address, and phone number of the responsible official of the customer organization who may be contacted.

Bidders shall provide four (4) specific references with their proposal.

B. Staff Development & Training (20 points)

A. Pre-Employment Requirements Provide information about your company’s requirements before hiring employees (i.e. GED/High School Diploma needed, certain operator’s license(s), past experience, background checks, etc). Page 2 of 7 B. Before Job Placement Explain the type of training that is provided to the employees prior to placing them on the job assignment.

C. On the Job Training (OJT) If on the job training is utilized, provide the duration of the training, what the training consists of, the credentials/qualifications of the instructor, etc.

D. On-Going Training Provide any on-going training that your company provides to employees (i.e. weekly, quarterly, semi-annual training, attendance to any seminars, certifications held, etc).

E. Health, Safety and Environmental Protection Includes complete description of company’s Health, Safety and Environmental Protection program and/or describes process for making employees aware of safety issues and procedures.

(3) Quality Assurance & Customer Service (20 points)

A. Quality Assurance Contractors must describe how it verifies that staff adequately performs work for delivery of the service(s) described under this solicitation. Also, include who within your company inspects, approves and verifies delivery of service(s) and how corrective actions with staff are implemented.

B. Customer’s Security Contractors must describe a plan for overall customer security (i.e., employee background checks, etc.), as well as describe a specific plan for key-control and Contractor access to customer-location(s).

C. Customer Service Contractors must describe a process for responding to customer complaints and verifying customer satisfaction and acceptance of service delivery.

(4) Contractor’s Location Work Plan (20 points)

Contractors must describe a plan for providing service(s) to a given location that explains any transition, implementation and contingency plans. Also include: . Number of staff needed to provide service, with estimated weekly man-hours needed to perform the service and level of supervision and inspection processes for work to be delivered by staff. . Estimated number of man-hours to provide service . List of equipment that will be needed/utilized for the service(s)

Page 3 of 7 V. Evaluation Results:

Please see bid-file for detailed breakdown of bidders’ evaluation summary and technical proposal. See the following tables for all scores and the overall average score.

Technical Location Plan CRITERIA: Criteria: Criteria: Transition, Staff Implementatio Company Prior Developmen Quality n & Passed Information Experience t & Training Assurance Sub- Contingency (5 Staffing Equipment Sub- and Bidder Name: (10 pts) (40 pts) (20 pts) (10 pts) Total pts) (10 pts) (5 pts) Total Qualified CSS USA, Inc. 8.00 40.00 20.00 10.00 78.00 5.00 5.00 5.00 93.00 Yes Advance Security 10.00 40.00 20.00 10.00 80.00 5.00 5.00 5.00 95.00 Yes RCN Security Corp. 10.00 40.00 18.00 10.00 78.00 5.00 10.00 5.00 98.00 Yes Strategic Protection 10.00 38.00 18.00 10.00 76.00 5.00 10.00 5.00 96.00 Yes Diamond Detective 10.00 40.00 20.00 10.00 80.00 5.00 10.00 5.00 100.00 Yes Securitas Security 10.00 40.00 20.00 10.00 80.00 5.00 10.00 5.00 100.00 Yes DK Security 8.00 40.00 20.00 10.00 78.00 5.00 10.00 5.00 98.00 Yes B.K. Teachout 7.00 40.00 18.00 6.00 71.00 5.00 10.00 5.00 91.00 Yes Wackenhut Corp. 10.00 25.00 20.00 10.00 65.00 5.00 10.00 5.00 85.00 Yes Eagle Security Services 7.00 32.00 20.00 10.00 69.00 5.00 5.00 5.00 84.00 Yes Star Security 10.00 40.00 20.00 8.00 78.00 5.00 10.00 0.00 93.00 Yes Marz Security Services 10.00 40.00 20.00 10.00 80.00 5.00 10.00 5.00 100.00 Yes Unity Security 10.00 40.00 18.00 8.00 76.00 5.00 10.00 5.00 96.00 Yes Conley's Security 10.00 40.00 20.00 10.00 80.00 5.00 5.00 5.00 95.00 Yes Black Tie Security 6.00 20.00 0.00 8.00 34.00 0.00 5.00 0.00 39.00 No Vista International 7.00 35.00 20.00 4.00 66.00 3.00 5.00 5.00 79.00 No

Page 4 of 7 VI. Technical Analysis and Price Evaluation

A. The quotations, price comparisons and technical proposal scoring, were reviewed, analyzed and considered as follows:

. Only those proposals receiving a minimum score of 80 points or more out of 100 points available for the Technical proposal were considered for award.

. 20 Points were possible for a total financial score, in addition to the 100 points available for the technical review. The financial score was awarded using the following analysis and calculations:

o No "set aside status", three certified SDV Bidders o Bidder’s Final 5.0 Year Quote o 10% Adjustments per PA91 (non factor) o Bidder's Total Quote (divided by) Total Cost o Difference between Vendor's Adjusted Quote and Lowest Quote o Financial Score Ratio (% of Bidder’s Adjusted Quote compared to Lowest Quote) o Financial Score (1-20 pts possible; Determined by multiplying the Ratio by total of 20 points possible (i.e., highest pts for lowest cost; 20% of total consideration) o Weighted Technical Proposal Score (1-100 pts possible; 80% of total consideration) o Total – Final score with a maximum of 100 pts possible (Technical plus Financial Score) o Percentage of total available points o Final Score w/ overall dollar amount

B. Final Scores were determined with a combination of the technical proposal scores and then weighted for 70% of the overall score; and the financial score, which was 30% of the overall score. Individual location breakdown is listed in the attached Best Value spreadsheet.

Page 5 of 7 Split award recommendation is made for Conley’s Security reflective of a final score of 95.0 and DK Security reflective of a final score of 98.0 based on their work plan/project management, responses to specifications, capabilities/experience, personnel qualifications, and lowest total cost of ownership for qualified bidders. The departure from the Best Value Evaluation methodology was a result of three certified SDV presence in the Region. Purchasing Operations will not split the award within a given building between more than once contractor. The overall best value is to recommend the award to DK Security after applying the 10% preference for the entirety of both the Flint and Saginaw SOB as that reflects the lowest total cost to the State of Michigan. See table below for award amounts.

Bidder FEIN/Ve Address City/State/Zip/Phone Location Award Amount Name ndor# Kentwood, MI DOS-Saginaw 49512 616 656-0123 South #288- $67,839 DOS-Flint Downtown #195- $81,994 MDOC – Flint Parole $119,300 DMB-Saginaw SOB-Supervisor - $178,401 DMB-Saginaw SOB-Guard – $555,250 DHS-Saginaw SOB- Guard – $124,498 5160 DK DMB-Flint SOB- Falconview Supervisor – $2,955,452.0 Security Ave SE $196,236 0 DMB-Flint SOB- Guard – $556,565 DMB Main Desk- Flint SOB-Guard – $142,520 DMB Parking-Flint SOB-Guard – $181,680 DHS-Flint SOB- Guard – $433,259 DHS Bay County – $145,452 DELEG-UIA Saginaw PRO – $172,459

3665 Saginaw, MI 48604 989.753.0591 DHS Genesee Co. $357,715.00 Conley's Church Dist 6 – Security Street. $357,715.00 $3,313,167 TOTAL: .00

`

Page 6 of 7 Buyer Signature:

______Signature Date

 Reviewed and approved by: ______

 Reviewed and approved by: ______

 Reviewed and approved by: ______

Page 7 of 7

Recommended publications