Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

C -- FIRE PROTECTION SERVICES

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SALMEC07R0058
 
Response Due
5/2/2007
 
Archive Date
5/17/2007
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least three indefinite quantity/indefinite delivery contracts to provide fire protection engineering design, construction progress inspections, and acceptance testing of fire protection systems/equipment for facilities which support our mission worldwide. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $400,000 per year. The contract is for the following services related to fire protection, fire alarm/detection, and life safety: Plan and specification review, shop drawing submittal review, hydraulic calculation review, fire alarm/detection system design, progress inspections of building construction to determine code/contract compliance, fire pump testing at factory prior to shipment overseas, final acceptance tests for fire/life safety systems, fire protection code analysis, fire modeling, exit modeling and custom programs. Tasks may involve travel to diplomatic posts, conducting facility, utility and infrastructure assessments. Projects may involve the Standard Embassy Design (SED). The following disciplines are required, at a minimum: Fire Protection Engineer, Fire Protection Systems Technicians and Cost Estimating. In order to be eligible to perform under this contract, offerors selected for contract award must possess or be able to obtain a Department of Defense (DOD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Subcontractors who will require access to classified information must also possess a DOD Secret FCL. All offerors shall be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State shall sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months, from selection of the final offeror, shall be allowed for this offeror to obtain the necessary FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer than two contracts. Firms that form joint ventures, must also comply with the above FCL and personnel security clearance requirements. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: seven copies of Standard Form 330, Architect-Engineer Qualifications and seven copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors listed below, one of which should contain an original signature. Firms responding to this announcement on or before the closing date shall be considered for selection. Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria - 100 points maximum: a)Professional qualifications necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes. The project manager proposed must be currently employed by the offeror. The staffing table shall provide details for staffing the following labor categories; Project Manager, Fire Protection Engineer, Fire Alarm Technician, Fire Protection Systems Technician, Fire Protection Specialist ? 25 pts. b)Specialized recent experience, within the last three years, and technical competence in fire protection engineering services. The offerors shall indicate expertise in Fire Protection Engineering, i.e., the International Building Code, Fire Protection Systems, Fire Alarm Systems, Fire Modeling, Exit Modeling, Building Code Analysis, Operation/Installation of fire alarms, fire pumps and sprinkler systems. Provide examples of no more than seven projects ? 25 pts. c)Capacity to accomplish the work in required time. Organizational capability and resources (physical space and personnel) to undertake several projects simultaneously. ? 20 pts. d)Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables ? 10 pts. e)Past performance demonstrating conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. - 20 pts. For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number and e-mail address of a client representative and identify which members of the proposed design team participated on the project. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System Code is 541330. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, not later than 3:00 p.m. Eastern Standard Time, on April 17, 2007. The e-mail address to submit clarification questions is Fieldssc@state.gov. All SF-330 submittals must be received by 3:00 p.m. Eastern Standard Time, on May 2, 2007. U.S. Postal Service mailing address: Ms. Chrissie Fields, U.S. Department of State, A/LM/AQM/FDCD/AEB, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.
 
Record
SN01261936-W 20070331/070329220620 (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.