Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

Z -- Provide materials and manpower to replace approximately 2,702 existing CSC Omega sprinkler heads in eleven (11) buildings at NIH, Bethesda, MD

Notice Date
5/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Division of Real Property Acquisition Services, Bldg. 13, Room G800 MSC 5711, Bethesda, MD, 20892
 
ZIP Code
20892-5738
 
Solicitation Number
292-06-p(hg)0309
 
Response Due
6/19/2006
 
Point of Contact
Aaron Crawford, Contracting Officer, Phone 301-496-8080, Fax 301-402-1103,
 
E-Mail Address
crawfoa@mail.nih.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS SOLICITATION Number: 292-05-P(HG)0309 NAICS CODE: 238220 SMALL BUSINESS SIZE STANDARD: $13.0 Million (1) 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. (2) Solicitation Number: 292-05-P(HG) 0309 (3) This Solicitation is issued as a Request for Proposal (RFP) (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, April 19, 2006. (5) This acquisition is a total set-aside for Service Disabled Veteran-Owned Small Business Concerns with NAICS Code 238220 – Fire Sprinkler System Installation. The Small Business Size is $13 Million. (6) Description of Supplies/services: The National Institutes of Health (NIH) plans to enter into a Fixed-Price, Non-Personal Services contract to replace approximately 2,702 CSC Omega Sprinkler Heads with Victolic V27 Pendent, or Sidewell Heads, or equal in eleven (11) buildings at the NIH, Bethesda, Maryland and at the NIH Animal Center (NIHAC), Poolesville, Maryland. The Contractor shall provide all material, labor, tools, equipment and transportation necessary to perform the services listed below (See “Evaluation Factors” for description of Price Proposal): ITEM SUPPLIES/SERVICES QUANTITY UNIT UNITS AMOUNT NO. PRICE 0001 Replace Omega Sprinkler 500 EA heads in Bldg. 5 0002 Replace Omega Sprinkler 186 EA heads in Bldg. 13 0003 Replace Omega Sprinkler 400 EA heads in Bldg. 14C 0004 Replace Omega Sprinkler 400 EA heads in Bldg. 14E 0005 Replace Omega Sprinkler 200 EA heads in Bldg. 28 0006 Replace Omega Sprinkler 75 EA heads in Bldg. 32 0007 Replace Omega Sprinkler 80 EA heads in Bldg. 38 0008 Replace Omega Sprinkler 1 EA heads in Bldg. 41 0009 Replace Omega Sprinkler 600 EA heads in Bldg. 62 0010 Replace Omega Sprinkler 140 EA heads in Bldg. 110A 0011 Replace Omega Sprinkler 120 EA heads in Bldg. 104 NET AMOUNT:$____________ $__________ OVERHEAD (_____%): $____________ $__________ Profit (_____%): $____________ $__________ TOTAL PRICE: $____________ $__________ (7) The Statement of Work for the above items/services is as follows: A. Scope of Work: Provide materials and manpower to replace approximately two thousand, seven hundred and two (2,702) existing CSC Omega sprinkler heads in eleven (11) different buildings at NIH and NIHAC.. B. Overview. This statement of work (SOW) describes the requirements for work to be performed to replace omega sprinkler heads in various buildings in order to meet code requirements. 1) Site Visit: Offertors or quoters are urged and expected to inspect the site where services are to be performed, and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Project Officer will be available to assist you with a site visit between June 5, 2006 and June 9, 2006. If you would like to arrange for a site visit during these dates, contact Al Parrish at 301-402-3336; e-mail: parrisha@mail.nih.gov. 2) Hours: The project shall be performed during normal, and off normal work hours (Week-ends), or off hours, and shall be scheduled with the Project Officer. All work shall proceed unless such deviation from timeliness of performance is necessary to safeguard life or property. The contracting Officer may authorize other deviations. Requests for deviation from normal working hours shall be submitted in writing to the Contracting Officer. The Government shall not be held responsible for any additional cost incurred by the contractors due to errors in scheduling, and mispricing. 3) Security: The Contractor shall be responsible for securing any and all permission from the NIH Special Police Department, Building 31, Room B3C-54, and Parking Division if required. Be advised that TST will assist in securing parking permit for the Contractor; however, parking facilities are provided for the contractor adjacent to building 38. 4) Approval: The Contractor's work shall be scheduled by the Facility Manager and Building Engineer. This work shall cause the least amount of interference with building operations. Any addition work schedules shall be subject to the approval of the Contracting Officer. 5) Clearances: All work shall be cleared before started. The Contractor shall arrange with the Project Office a sequence of procedure, means of access, and space for storage of materials and equipment. 6) Material: Brand names and trademarks listed throughout these specifications are used to establish quality and performance standards only, and are not intended to be used in a proprietary manner. Any substitution or alteration of materials and/or method of installation described below must be submitted in writing and accompany the contractor proposal for technical evaluation prior to the award of this contract. 7) Work Performance: Work to be performed under this contract shall include all labor, materials, supervision, coordination, equipment, transportation etc., as required for the full complete execution of the work as specified herein. C. EXECUTION STATEMENT OF WORK: Replacement of CSC Omega Sprinkler heads in various buildings through the NIH and NIHAC main Campus, as listed below: Building 5, Replace about 500-Omega heads with Victolic V27 Pendent or Sidewall heads or equal as required. Building 13, Replace about 186-Omega heads with Victolic V27 Pendent or Sidewall heads or equal as required. Building 14C Replace about 400- Omega heads with Victolic V27 Pendent or sidewall heads or equal as required. Building 14E, Replace about 400 Omega heads with Victolic V27 Pendent or Sidewall heads or equal as required. Building 28, Replace about 200 Omega heads with Victolic V27 Pendent or Sidewall heads or equal as required. Building 32 Replace about 75 Omega heads with Victolic V27 Pendent or Sidewall heads or equal as required. Building 38 Replace about 80 Omega heads Victolic V27 Pendent or Sidewall heads or equal as required. Building 41 Replace about 1 Omega heads Victolic V27 Pendant or Sidewall heads or equal as required. Building 62, Replace about 600 Omega heads Victolic V27 Pendent or Sidewall heads or equal as required. Building 110A, Replace about 140 Omega heads Victolic V27 Pendent or Sidewall heads or equal as required. Building 104, Replace about 120 Omega heads Victolic V27 Pendent or Sidewall heads or equal as required. D. OTHER REQUIREMENTS: 1) The Contractor shall repair or replace any existing items damaged in conjunction with all work at no additional cost to the Government. No welding or open flames of any type are permitted inside the building at any time, without proper authorization from Fire Prevention. 2) The Contractor shall replace any ceiling tiles damaged during the sprinkler head replacements at no additional cost to the Government. 3) The building will be occupied during the replacement period. All work shall be scheduled and coordinated with the PO and Building Engineer. All outage will be scheduled with the PO. 4) The work shall be in conformance with all codes and AHJ requirements, including but not limited to the NFPA, NIH Design Policy& Guidelines, OSHA UL, and ILSM. 5) All discrepancies shall be brought to the PO's attention prior to the submission of the proposal, and if not resolved to the contractor(s satisfaction, discrepancies shall be submitted as a written qualification to the proposal. 6) Prior to disconnecting the existing fire protection system (Sprinkler standpipe, fire alarm), or other utilities involved, the Contractor shall obtain an approved outage, 7days in advance. The Contractor shall have the required material and personnel ready for minimum interruption to the service. 7) Sprinkler heads temperature ratings shall be between as follows: a. Quick-Response sprinklers are to be used throughout all NIH facilities, but Standard-Response sprinklers shall be used in autoclave areas, electrical switchgear rooms, transformers rooms, electrical closets, freezer cold rooms and mechanical rooms. b. Sprinkler temperature rating shall be between 68 and 80 degree C for all NIH facilities/occupancies expect for the following: 1) sprinkler designed for 93 degree C shall be used in electrical closets, and (2) High temperature sprinkler rated at 141 degree C with sprinkler head guards, shall be used in autoclave areas, mechanical rooms, electrical rooms, electrical switchgear rooms and transformer rooms, and any other area in which high temperature will routinely be expected. Because of flow control, on/off sprinklers shall not be used on any of NIH projects at this time. 2) Notify: Al Parrish, @ 301-402-3336 Technical Support Team (TST) after work has been completed, and inspected by Project Officer and Building Manager, to coordinate invoice submission. Invoice submission shall be in accordance with the Addendum to 52.212-4 of the Contract. 4) Routine Work: All work is to be priced as routine work under the fixed price of the contract. 5) Minor Repairs: Minor repairs are those that constitute expenditure of $100 or less and the expenditure is applicable to each piece of equipment being worked on, under routine work. 6) Non-Routine Work: Non-routine work shall consist of repair work exceeding $100. The contractor shall submit on a pricing page, an all-inclusive hourly rate and material required for Non-routine contract work. 7) Reporting Procedures: At the completion of the contract, the contractor shall furnish the Project Officer three reports including complete submittals of equipment provided and work performed. These reports shall include as found conditions and recommendations for further work required that is not included on this project. 8) Obligations: National Institutes of Health shall not be responsible nor be obligated to recover any lost equipment, material or tools that may occur during the performance of this contract. 9) Site Visit: It is strongly recommended that all contractors visit the work site before proposal submission so as to verify location, working condition, and scope of work. 10) All work shall meet or exceed the MANUFACTURER SPECIFICATIONS E. STATION REGULATIONS: 1) The Contractor and his employees and subcontractors shall become familiar with, and comply with all station regulations, including fire, traffic and security regulations. 2) The Contractor shall take safety and health measures in performing work under this Contract. The Contractor shall meet with the Project Officer to develop a mutual understanding relative to administration of safety concerns. The Contractor shall comply with all applicable Federal, State, and local laws, regulations, ordinances, codes and orders relating to safety and health. 3) The Contractor shall not use any material or chemical, which may be a physical, or health hazard without receiving prior written approval from the Project Manager and the Division of Safety. Along with the written request for approval, the Contractor shall submit the manufacturer's specifications, "Material Safety Data Sheet" and any required Environmental Protection Agency (EPA) information on usage and handling. 4) The Contractor is required to submit a written plan detailing the proposed method of staging and access to above grade work areas. Approval of this plan by the Division of Safety is required prior to starting work. 5) The contractor shall assume full responsibility for the protection of the personnel furnishing services under this contract in accordance with the personnel policies of the contractor (e.g. insurance, workmen's compensation, pre-employment and health examinations). 6) The Contractor shall adhere to the authority and directives of the NIH Division of Safety. 7) The Contractor shall comply with all procedures prescribed by the NIH Safety Officers for the control and safety of persons visiting the job site, and shall take precautions to prevent accidents. 8.) The Contractor shall adhere to NIH safety procedures as they pertain to areas posted for the use of biological, chemical, or radioactive materials. 9) The contract employees shall not place equipment or other obstacles in traffic lanes or in other locations in such a manner as to create safety hazards, and shall follow the NIH corridor utilization policy. F. OCCUPATIONAL SAFETY AND HEALTH REQUIREMENTS. 1) Contractors Verification: The Contractor shall provide evidence to verify that all of his/her employees working in the areas have obtained current "negative" tuberculosis (PPD) test performed within the last (6) months 2) Staff Training General: The Contractor shall instruct his/her employees in all safety measures necessary for the work site. Prior to beginning any work employees, shall be properly trained in safety practices and informed of all hazards associated with their work by their supervisors. 3) Personal Protective Equipment: The Contractor shall provide his/her staff with all personal protective equipment which is typically issued to a specific individual (e.g., safety shoes, prescription safety glasses), or for which OSHA regulations require certain conditions be met by the employer, such as respirators (e.g., 29 CFR 1910.134: Respiratory Protection Programs). The Contractor shall inform his/her employees when the need for personnel to don special personal protective clothing prior to entering specified areas. 4) Government Responsibilities: Personal Protective Equipment. The NIH will provide single-use, disposable personal protective equipment such as disposable gloves, lab coats, jumpsuits, head covers, shoe covers, and nuisance dust masks. If hearing protection is required at certain job sites (e.g., cage wash areas) the NIH will provide appropriate earplugs or muffs, unless the individual needs customized equipment, which shall be provided by the Contractor. 5) Hazards: The Government shall inform contract supervisors of site specific hazards. 6) Working Environment: The Contractor advised that this work area is subject to higher than normal heat and noise. Hearing protection is required in this area at all times. **********END OF STATEMENT OF WORK ***************** (8) Date and Place of Delivery: This contract shall be for one (1) year, and the place of Delivery and Acceptance shall be FOB Destination. (9) The Provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. (10) Addenda to the Provision at 52.212-1 is as follows: a. Submit two (2) copies by mail or courier service of your Price and Technical Proposal by 3:00 p.m. on June 19, 2006 to the following address: National Institutes of Health Office of Acquisition, ORF Bldg 13, Room G-800 Attn: Aaron Crawford 9000 Rockville Pike Bethesda, MD 20892 The Price Proposal must include the unit price and total price for each of the items listed in Item (6) above. The unit price shall include labor, material, taxes, overhead and profit. b. The Technical Proposal shall address the Technical and Past Performance criteria described under “Evaluation Factors” below. *****************************END OF ADDENDUM TO 52.212-1******************************** (11) Evaluation Factors. The evaluation factors are as follows: The proposals shall be evaluated based on the following criteria: a. Technical Evaluation Criteria. (1) Qualification of Key personnel. (2) Understanding of the Requirement. (3) Corporate Experience. b. Past Performance. Provide a list of references in Fire Sprinkler services, or related projects performed for the Government, or commercially, including the contract number, Contracting Officer, Project Officer, or other Contact(s) and phone numbers(s). Please note that the Government reserves the rights to request past performance information from other sources not listed or provided. c. Price. Provide price breakdown for each of the eleven (11) buildings described in the Statement of Work, and in item “(6) above.” The Price Proposal breakdown shall show the following for each building: 1. Building Number 2. Labor Categories to be used including supervision 3. Labor Rate for each Labor Category (including labor tax/fringes) 4. Number of Hours to be used per labor category 5. Total Labor cost 6. Total Material Cost including material tax 7. Total Price The Offeror shall divide the total price above by the number of units to arrive at the unit price. The unit price and total price shall be summarized as shown in item (6) “Description of Supplies/services.” The Offeror shall show the total price for each building combined, then add Overhead and profit shall the total proposed price. (12) Offerors shall complete and provide one (1) copy of the Provision at 52.212-3 – Offeror Representation and Certification – Commercial Items, with the offer. (13) The Clause at 52.212-4 – Contract Terms and Conditions – Commercial Items, applies to this acquisition. (14) The Addendum to Clause 52-212-4 is attached to this synopsis: (15) The Clause at 52.212-5 – Contract Terms and Conditions Required to Implement Statues or Executive orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in Clause 52.121-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-1, Buy American Act – Supplies (Jun 2003) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) 52.232-30, Installment Payments for Commercial Items (Oct 1995) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (16) Offers must reach this office by 3:00 p.m. on June 19, 2005 (17) The point of contact for this solicitation is Aaron Crawford, 301-496-3274, e-mail at crawfoa@mail.nih.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/ORS/292-06-p(hg)0309/listing.html)
 
Place of Performance
Address: National Institutes of Health Office of Acquisition, ORF Bldg 13, Room G-800 Attn: Aaron Crawford 9000 Rockville Pike Bethesda, MD
Zip Code: 20892
Country: United States
 
Record
SN01103787-F 20060803/060801223330 (fbodaily.com)
 
Source
FedBizOpps 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.