Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

Z -- Rehab of Mine Safety and Health Administration Mine Safety Lab

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Division (VA), 1100 Wilson Boulevard Room 2133, Arlington, VA, 22209-3939
 
ZIP Code
22209-3939
 
Solicitation Number
Reference-Number-MSHA0512
 
Response Due
8/19/2005
 
Archive Date
9/3/2005
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is the Request for Proposals. No other solicitation will be issued. The provisions and clauses incorporated into this document are those in effect through Federal Acquisition Circular 2005-03. This will be a fixed price contract for the identification and elimination of potential and real fire and safety hazards in the Mine Simulation Laboratory located at the National Mine Health and Safety Academy, located in Beaver, West Virginia. This will be a fixed price contract with the Contract Line Items and to be proposed in the contractor?s proposed Statement of Work, in accordance with the Statement of Objectives, STATEMENT OF OBJECTIVES This Statement of Objectives (SOO) provides the high-level requirements for the Mine Simulation Laboratory (MSL) project. Offerors shall use the SOO, together with all other applicable portions of the RFP, as the basis for preparing their proposal, including a Work Breakdown Structure (WBS), detailed Statement of Work (SOW) and list of deliverables. The offeror shall ensure that all aspects of the SOO are addressed. The SOW should specify in clear, understandable terms the work to be done in order to meet all applicable fire and safety standards at the MSL. Preparation of an effective SOW requires both an understanding of the requirements of this acquisition, as well as the ability to define what is required in specific, performance-based, quantitative terms. The offerors understanding of the requirement and the effort required to accomplish it should be fully demonstrated in the offeror?s proposed CWBS, SOW and list of deliverables. Upon contract award the SOO will be augmented by the vendor-provided Performance Work Statement (PWS OVERVIEW The Mine Safety and Health Administration?s (MSHA) mission is to reduce accidents and improve health conditions in the mining industry through education and training. To further this mission, MSHA operates a Mine Simulation Laboratory (MSL) at the Mine Health and Safety Academy, located in Beaver, West Virginia. The National Mine Academy Mine Simulation Lab and Burn Pad is a unique training facility that is used to train mine rescue teams and Federal mine inspectors. The MSL is contained in a pre-engineered steel building with concrete slab on grade floors, supported by spread foundations. This structure houses two levels of large simulated mine entries built of plywood. The tunnels can be ventilated with a large mine fan and smoke machines can introduce realistic mine fire simulations. In addition to the simulated mine entries, the MSL building contains some traditional classroom space and a large open area. Additionally, materials for simulating mining equipment and other mine structures are either stored or in place in the MSL building. These simulated structures and equipment are made primarily of wood. Attached to the MSL is a small brick and steel structure referred to as the Burn Building. There is a fire pad adjacent to the Mine Simulation Lab. This is a large cement area with pans, metal tunnels and various equipment stations. All of these stations can be put ablaze using mineral spirits or propane allowing trainees to extinguish realistic fire scenarios. MSHA had an evaluation of the MSL conducted by an independent engineering firm. This evaluation contained serious concerns for compliance with recognized fire and safety standards. These concerns included: 1. Extent of flammable materials in the facility. 2. Inadequate fire suppression. 3. Egress deficiencies the deficiencies include but not limited to four 2nd floor exits (one at each corner of the 2nd level mine). These exits must include substantial platforms to handle complete rescue teams, fire brigades, etc. and their apparatus and gear. Improve the steps, platform, and lighting at the existing exit. The back exits could lead to existing outside exit doors on the 1st level. 4. Fire alarm deficiencies. These deficiencies must include sight and sound alarms particularly in the internal mine simulation gallery. The alarm must include appropriate emergency shut off facility (mine fan, smoke generator, etc.) and turn on emergency lighting 5. Emergency lighting deficiencies. 6. Storage of materials both temporary and permanent. This section outlines information that will help you prepare your response to the MSHA request for proposal. It is intended to help you understand MSHA?s objectives when taken in conjunction with the other information that has been provided. The Offeror is expected to: 1 Review those portions of the previous study report relative to the Mine Simulation Lab (attached) 2. Conduct an inspection of the facility paying particular attention to previously identified problems. 3. Familiarize themselves with operational procedures including the use and storage of any flammable materials. 4. Develop options for rectifying these deficiencies considering: Cost effectiveness, Best business practices, Selecting solutions that retain the maximum utilization of the facility, Minimizing program interruption. These options can include destruction/construction, fireproofing, new materials, operational practices, and improved equipment and systems. Options must also: 1. Following MSHA approval, implement appropriate modifications, installations, and construction. 2. The vendor shall prepare a detailed Work Breakdown Structure (WBS), Statement of Work, list of deliverables, and schedule for the completion of the task. 3. At a minimum the deliverables shall include a management plan, work schedule and a quality control plan SITE VISIT AND PRE-PROPOSAL CONFERENCE A site visit will be conducted on Tuesday, August 9, 2005 to allow the offerors to view the MSL facility and to familiarize themselves with its construction and layout. Offerors who intend to attend the site visit shall contact the contracting officer by email no later than 3:00 pm EDT, Friday, August 5 notifying him of their intention to attend. This notification will include the names and contact information on all persons expected to attend. The Government shall not be responsible for any costs incidental to the attendance at this site visit and shall reimburse no costs of attending. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors, Commercial, 52.212-2, Evaluation of Commercial Items, (see above) 52.212-3, Offeror Representations and Certifications, Commercial Items. The offeror is required to submit a completed copy of these provisions with their offer. 52.212-4, Contract Terms and Conditions,Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders, Commercial Items. EVALUATION AND AWARD The Government will make an award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The provisions at FAR 52-212-2 Evaluation of Commercial Items apply to this solicitation. All evaluation factors shall be of equal weight. The specific evaluation factors to be included in paragraph (a) of that provision are: Technical Management Past Performance Specific evaluation factors include: 1. Technical Demonstrated knowledge of the applicable codes, including the West Virginia Electrical, Building and Fire codes Understanding of the effort involved as evidenced by the work breakdown structure and the Statement of Work Effectiveness of the Quality Control Plan. 2. Management Effectiveness and completeness of the management plan. Ability to perform the work with the least disruption to the operation of the Mine Safety Lab. 3. Past Performance Experience of the Offeror in performing similar work of a similar scope and complexity. The Government will evaluate offers for award purposes by adding the total price for any options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if any option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. MSHA will evaluate the performance, capabilities and capacities of the offers. Offerors should address all items listed above. Factors that will be evaluated and that must be described in detail in the offeror?s response to this solicitation are: The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In accordance with FARE 15-306(c) (2), if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. SUBMISSION OF OFFER The contractor shall submit their response in two volumes, Volume 1, Technical and Business and Volume 2, Price. Volume 1 shall address all technical and business/managerial requirements of the requirement. In addition to specifically addressing the above information, the offeror shall provide: 1. A project overview addressing the capabilities and experience of the offeror in performing work of a similar nature. 2 A corporate overview of the offeror including business size. 3. Past Performance: Information on three projects of a similar scope and complexity undertaken in the last three years. Include a description of the project and contact information to allow MSHA to contact the business, or agency for whom the work was done. Customers may be Federal or commercial enterprises. 4. A detailed Statement of Work addressing the Statement of Objectives and all alternative solutions investigated prior to the selection of the proposed solution that explains in detail how the offeror proposes to complete the work. The proposal shall also contain a detailed Work Breakdown Structure (WBS), list of deliverables, and schedule for the completion of the task. Volume 2 shall contain all price information. There shall be no pricing information contained in Volume 1. Volume 2, Price, shall provide a firm fixed price for the completion of the proposed work. The offeror shall submit one original hard copy of the proposal as well as two electronic copies in Microsoft Word. Electronic copies may be on floppy disks or CD. Cost proposals may be in either MS Word or MS Excel. While MSHA intends to make an award from this solicitation, it reserves the right to make no award based on the quality of proposals submitted. MSHA is not responsible for and will not reimburse any bid and proposal costs incurred by offerors. Each offeror must submit a proposal in accordance with the instructions herein. Proposals must respond to and meet all of the mandatory requirements of this solicitation. Failure to meet any mandatory requirement may be cause for rejection of an offer without further consideration. When evaluating an offeror, the Government will consider how well the offeror complied with both the letter and intent of these instructions. The Government will consider any failure on the part of an offeror to comply with both the letter and spirit of these instructions to be an indication of the performance it can expect during task order performance. Clarity and completeness of the proposal are of the utmost importance. The proposal must be written in a practical, clear and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. Proposal volumes must be internally consistent or the proposal will be considered unrealistic and may be considered unacceptable. The Government intends to choose the best-value contractor, and may award without discussions. Notwithstanding its plan to award without discussions, the Government reserves the right to conduct discussions with offerors in the competitive range, if necessary and to permit such offerors to revise their proposals. The Government also reserves the right to change any of the terms and conditions of the solicitation by Amendment at any time prior to award and to allow offerors to revise their offers accordingly. Interested parties should forward a proposal addressing the above requirements, all pricing information, and any other relevant information to the contracting officer no later than 3:00 pm EDT Friday, August 19, 2005. Responses may be made electronically to beaty.robert@dol.gov. Any questions relating to this solicitation should be forwarded to the above address no later than 3:00 pm EDT Wednesday, August 10, 2005. MSHA will neither reimburse any costs relative to responding to this notice and solicitation.
 
Place of Performance
Address: 1301 Airport Road, Beaver, WV,
Zip Code: 25813-9426
Country: USA
 
Record
SN00857842-W 20050731/050729211930 (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.