Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

Q -- Healthcare Facility - Statement of Conditions Analysis

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F73MED31070100
 
Response Due
6/17/2003
 
Archive Date
7/2/2003
 
Point of Contact
Liz Woolsey, Contract Specialist, Phone 618-256-9286, Fax 618-256-6012, - Debra Hill, Contract Specialist, Phone 618-256-9285, Fax 618-256-6012,
 
E-Mail Address
liz.woolsey@scott.af.mil, debra.hill@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
--This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is F7MED31070100. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-14. This requirement is restricted and has been set aside for 100% small business participation. The North American Industry Classification System (NAICS) code is - 541690 and the Small Business Standard Size is - $6,000.000.00. Funds are currently available for this requirement. Contract Line Item 0001, Unit of Issue = EACH, Quantity = 1, Life Safety Code Analysis. In accordance with the below Statement of Work (SOW)-Contractor shall provide all equipment, labor, materials and travel/incidentals necessary to perform a complete Statement of Conditions survey of the healthcare facility at Scott AFB IL. The Statement of Condition survey shall be completed 60 days from the award of the contract and delivered to 375th MDSS/SGSLF, Scott AFB IL. The acceptance and FOB point is - Destination. Federal Acquisition Regulation (FAR) 52.212-1 Instruction to Offerors -Commercial Items (Oct 2000), applies to this acquisition. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The evaluation factor will be price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (July 2002), Alternate I (Apr 2002) and Alternate II (Oct 2000) applies to this acquisition. A completed copy of the provision must be submitted with this quote. Quotes with an incomplete certification will not be considered. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002), applies to this acquisition. Subparagraph (g) - Invoicing procedures will be outlined in the contract award documents. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002) (Deviation) applies to this acquisition. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) applies to this acquisition. DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001), applies to this solicitation. FAR provisions and clauses may be copied from Internet addresses: http://farsite.hill.af.mil/vffara.htm and http://www.arnet.gov/far/loadmain52.html. Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is www.ccr.gov. The Small Business Specialist at Scott AFB IL is Mr. Garth Sanginiti and can be reached at (618) 256-9322 or e-mail at www.garth.sanginiti@scott.af.mil. The website for the USAF Small Business is www.selltoairforce.org and SBA is www.sba.gov. --All responsible sources may submit a quotation, which shall be considered by this agency. Quotes are due 17 June 2003 by 4:00 P.M. Central Standard Time (CST). Signed and dated quotes along with a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, may be faxed to the attention of Liz Woolsey at (618) 256-6012, or mailed to 375 CONS/LGCM, ATTN: Liz Woolsey, 201 E Winters Street, Building 50, Scott AFB IL 62225-5015. Telephone quotes and late quotes will not be accepted. For information regarding this RFQ, contact Liz Woolsey at (618) 256-9286 or e-mail at www.liz.woolsey@scott.af.mil. --Statement of Work-- --Statement of Conditions (SOC)-- --375th MDSS/SGSLF - Scott Air Force Base-- --I. General: Provide all equipment, labor, materials and travel/incidentals necessary to perform a complete Statement of Conditions survey of the healthcare facility for the 375th MDSS/SGSLF in accordance with current Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care standards and NFPA requirements. The work will require a physical site visit, intensive field surveying and review to document deficiencies, develop estimates for corrective actions and plans for corrective actions. --II. Requirements: a. Perform the necessary visit required to thoroughly inspect the identified buildings and/or facilities noted herein for conformance to Life Safety Code-NFPA 101, latest edition. Visually inspect all features of life safety systems and components to document the level of compliance with Life Safety Code to include but not be limited to the following: fire doors, fire/smoke dampers, corridor doors, fire/smoke compartments, ceiling systems, smoke compartments, fire alarm, fire protection systems, suites, and mechanical / electrical systems. Only random checks for smoke and fire dampers as well as random checks for penetrations of smoke, fire and corridor walls will be done for the purposes of the SOC. Building ID Occupancy Square Footage Floors "1530&1529" Healthcare-Mixed 278,500 Basement 1-6 Penthouse All costs, including materials, travel, per diem, etc. required to complete the required work must be included in the price quoted for the work. Payment will be withheld until all reports are received to the satisfaction of the facility's leadership. b. Develop Life Safety Code documentation in accordance to JCAHO format, documenting deficiencies and building condition in Part 2 (Basic Building Information), Part 3 (Life Safety Assessment), and Part 4 (Plan for Improvement) sections of the SOC compliance documents. Part 1 will be completed by the government in concert with the consultant and will be included in the consultant's final report. The consultant shall prepare estimates and corresponding timeframes for all deficiencies requiring corrective action. c. The consultant's report shall be keyed to building floor plans that identify specific locations of deficiencies and cross-referenced to sub-parts of the SOC. In addition, the report shall include unique identifiers, and specific code references for each deficiency. Further, the consultant shall make specific recommendations regarding corrective action. d. Review previous SOC survey documents and incorporate outstanding deficiencies as part of the new survey. e. Upon contract award and prior to the physical survey, the consultant shall meet with facility management to develop the delivery schedule, coordinate access to buildings, and establish a review meeting. f. The staff of the 375th MDSS/SGSLF will provide for reasonable access to all areas (i. e., a maintenance staff person assigned to the consultant), as well as assistance in removing and replacing ceiling tiles or access panels as necessary. --III. Deliverables: a. Contractor shall submit a draft report of the Part 3-Part 4 Plan for Improvement for review by the facility within ten (10) business days of the physical survey. b. Upon acceptance by the facility of the draft report (that will include written corrections, additions or modifications noted on the printed copy of the draft report by your facility staff), contractor will produce the final report as follows: i. One (1) printed and bound copy of the printed SOC document ii. One (1) set of drawing with corresponding ¼ size drawings of fire/smoke barriers, shaft walls, exits, and suites. iii. One (1) executable copy of contractor's SOC Builder software on CD-R, with a copy of all survey data prepared in Microsoft Access ".mdb" format for the purpose of import into the SOC Builder software. Included in this package will be a comprehensive instruction manual for the install and operation of the SOC Builder software program. --IV. Timetable: All work to completed and final deliverables submitted sixty (60) days from the award of contract. --V. Additional Services: a. Contractor may be retained at additional expense to assist in the development of variances, waivers, and equivalencies for submission to JCAHO b. Contractor may be retained at additional expense to perform follow-up inspections to verify correction of deficiencies in accordance with plans for improvement. c. Contractor will provide at additional expense the PFI data marked on to AutoCAD drawings, if requested. If this option is desired, it must be so noted prior to the award of contact, and "base" AutoCAD drawings of the facility provided to prospective contractor. d. For additional expense, prospective contractor will provide the aforementioned deliverables in both AutoCAD and Advanced Technology Group's (ATG, Inc.) Advanced Visual System™ (AVS) management software. This provision would enable the facility to identify the PFI information via AutoCAD drawing and have access to the data per individual PFI within the AVS system. --VI. Background Checks: a. The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center (NCIC). NCIC checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to NCIC background checks. Contractor and subcontractor personnel who do not consent to an NCIC check will be denied access to the installation. Information required to conduct an NCIC check includes: full name, driver's license number, and/or social security number, and date of birth of the person entering the installation and shall be submitted in conjunction with the contractor's request for vehicle passes. Completion of a successful NCIC check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. b. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. c. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. d. VEHICLES AND PASSES. All contractor, sub contractors or contractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. In addition, all vehicles described above must be registered through the 375th Security Forces Squadron, Pass and Registration and will comply with Scott AFB directives. All vehicle and personal passes are the property of the United States Government and will be surrendered upon termination of employment or the end of the contract performance period. Additionally any pass will be surrendered to Security Forces upon demand to positively identify a persons need to be on Scott AFB.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-F73MED31070100/listing.html)
 
Place of Performance
Address: Medical Center 375th MDSS/SGSLF Scott AFB IL
Zip Code: 62225
 
Record
SN00341376-F 20030607/030605214332 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.