Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

U -- NATIONAL ARC FLASH SAFETY PROGRAM DEVELOPMENT

Notice Date
3/31/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Center for Management Support and Administrative Services (PH), General Services Administation, P.O. Box 821635, North Richland Hills, Texas, 76182-1635
 
ZIP Code
76182-1635
 
Solicitation Number
GS-00P-11-CY-P-0046
 
Point of Contact
Eddie M. Whitaker, Phone: 202-208-6228, Michael Banner, Phone: 202-219-2337
 
E-Mail Address
eddie.whitaker@gsa.gov, michael.banner@gsa.gov
(eddie.whitaker@gsa.gov, michael.banner@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE N ATIONAL ARC FLASH SAFETY PROGRAM DEVELOPMENT SOLICITATION NO.: GS-00P-11-CY-P-0046 AGENCY: FOR GENERAL SERVICE ADMINISTRATION LOCATION: WASHINGTON D.C. The United States General Services Administration (GSA), Public Buildings Service (PBS) has a requirement for a contractor to develop a National Arc Flash Safety Training Program. This GSA project requires the contractor to specialize in developing a Arc Flash Safety Training Programs and related Services. Contractor must have at least seven years of Arc Flash experience; must have the capability and experience to provide Arc Flash training; must have at least ten years of Engineering experience; and be located or have at least one office in the Washington, DC metropolitan area. General Services Administration (GSA), Public Buildings Service (PBS), Contracting and Facilities Division (PGE), is requesting ARC Flash Services under this requirement. All Offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423. This advertisement does not commit the Government to award a contract. All inquiries regarding this requirement must be sent electronically to Mr. Eddie M. Whitaker at eddie.whitaker@gsa.gov or Mr. Michael Banner at michael.banner@gsa.gov (No telephone inquiries, please). Background: GSA 's Public Buildings Service (PBS) manages more than 9,600 buildings with 360 million square feet that houses more than one million Federal employees nationwide. Our buildings are offices, courthouses, border stations, computer centers, laboratories, and warehouses. Within PBS, the Building Operations Division collaborates with GSA's 11 regions to develop policy, procedures and programs. Our goal is to establish a national arc flash safety program to quantify and reduce the dangers of arc flash hazards and promote safe electrical work practices. Currently GSA does not have a centrally administered arc flash safety program; however, we believe many properties are in compliance with regulations concerning arc flash hazards. Our understanding based on a review of OSHA, NEC, and NFPA 70E is we are responsible for protecting employees from electrical hazards by 1) labeling electrical equipment, 2) placing electrical equipment in safe working condition, 3) wearing appropriate PPE, and 4) performing arc flash hazard analysis. Objective: The objective is to provide to the Building Operations Division supporting documentation to develop a plan and recommendations so we: •1.) can initiate a national arc flash safety program •2.) have justification to request funding and support to initiate a national program Required Services: The scope of work of this project is to develop a plan that we can use to implement a national arc flash safety program. The plan includes a standard statement of work for arc flash analysis for all our federal buildings, online arc flash training and recommendations. The plan will be developed based on information gathered from the site visit of four (4) federal buildings. PBS expects the contractor to investigate designated buildings which we have determined to be representative of our whole inventory to determine what types of arc flash hazards exists in these buildings so we can extrapolate the breadth and scope of instituting an arc flash program in all of GSA's buildings. The scope of work does not include an ARC Flash analysis of the Government buildings. Work Requirements: See Attachment I. Deliverables: The deliverable schedule is as follows: •1.) Base contract •a.) All work requirements will be completed within ninety (90) calendar days from contract Notice to Proceed. •b.) All work requirements (see section IV - Work Requirements) are to be completed and submitted according to Attachment 1 "Task Performance Times". •c.) All Work Requirement performance times will begin the first business day preceding the issuance of the Contract Notice to Proceed date. •d.) All items are to be submitted to the COTR or approved designee for approval. •2. The COTR or designees has eight (8) business days to review and approve submitted items •3. If rejected the contractor has eight (8) business days to incorporate changes as directed by COTR or designee. All deliverables will be submitted to: COTR, PBS Buildings Operations 1800 F. Street, NW Washington, DC 20405 Note: All written documents are to be submitted in a MS Word Document 2000 or later in a pc compatible format Security Requirements: Contractor will at times be required to work in and have access to GSA-owned buildings. When on GSA-owned property the contractor shall be under the direct supervision of a PMBA staff member or approved federal person and will not require a HSPD-12 security clearance. Government-Furnished Property: The government will furnish the contractor prior to the site visit (two weeks before) information on each building and a point of contact to schedule the tour. See attachment of data call information for each building. Period of Performance : The period of performance for the contract will be for a 12-month base period. If required, a 6-month extension may be exercised in accordance with FAR Part 52.217-8, Option to Extend Services. Price Schedule: The Contractor shall submit a firm fixed price under Volume I of their proposal. The pricing structure shall be as follows for the base year and all option years (See Part B of the attachment for complete pricing schedule): 0001 Senior Project Lead @ 50 hours $___ $____ 0002 Project Leader I @ 122 hours $___ $____ 0003 Senior Technical Specialist @ 92 hours $___$__ 0004 Analyst/Engineer I @ 92 hours $__ $____ 0005 Research Assistant @ 20 hours $__ $____ 0006 Administrative Support @ 60 hours $___ $____ Note: Please note that the hours are estimates only for the purpose of evaluating proposals. The contractor may substitute the labor categories above that meet the requirements for this project. Estimated Travel: Travel is not anticipated under this project. If required, travel shall be approved in advance by the Contracting Officer's Representative (COR) and paid by the Contractor. At the conclusion of the travel, Contractor shall be reimbursed in accordance with the Federal Travel Regulations and FAR Part 31 including per diem allowances for overnight travel, upon submission of adequate supporting documentation. Evaluation Criteria: The contractors will be evaluated on the evaluation criteria below. The Government intends to use Best Value. When combined, technical is more important than price. The evaluation criteria are in descending order of importance: Factor 1 - Technical Approach - Proposed plan of action for performance of the required work shall be comprehensive, designed to yield a sensible policy approach, and demonstrate the offeror's complete understanding of the work required. It shall include an itemized schedule of all milestones and deliverables for the project. It shall also include an effective project management plan and structure for performance of the work including a plan for incorporating agency input and review on the project. Factor 2 - Related Experience - The contractor must demonstrate the related experience of the company in developing arc flash safety programs and conducting arc flash analysis either for the Government or private entities Factor 3 - Proposed Key Personnel - The contractor must demonstrate the related knowledge, qualifications and experience of the proposed key personnel in developing arc flash safety programs and conducting arc flash analysis either for the Government or private entities. Resumes of the key personnel must be submitted for evaluation Price Evaluation: The offeror's proposed pricing will be evaluated for fair and reasonableness. The proposal may be rejected if it is materially unbalanced. If the offer is unrealistically high or low in price it will be considered indicative of a lack of understanding of the complexity and risk associated with work performed under the resulting contract. If the offer contains an unrealistic price it will not be considered for award. Price proposals will be evaluated against other proposals submitted, in-house estimates and the current market prices during evaluations. Evaluation of the contractor's price proposal shall include and evaluation to determine: •- Fair and Reasonable Rates and Prices •- Total Price of the Contractor's proposal for the Base Year and All Option Years Note: The contractor is also advised that, although price does not bear a numerical rating, it shall be evaluated as stated in FAR Part 15.304. Submission of Proposals : A teleconference is scheduled for Thursday, April 14, 2011@ 2:00pm E.S.T., to answer all questions regarding this project. The Contractor's proposal is due on or before 12:30pm, E.S.T., Thursday, May 5, 2011. Proposals will be evaluated based on best value to the government. Offerors must submit their final proposals for evaluation. Proposals must be submitted by email to Eddie M. Whitaker at eddie.whitaker@gsa.gov and one hard copy (in two separate volumes) shall be mailed to Mr. Whitaker at 1800 F Street, NW, Room 4302, Washington, DC 20405. Proposal must be good for at least one year from the date of proposal submission: •- Volume I: Price Proposal - One (1) hard original and one (1) email copy; and •- Volume II: Technical Proposal - One (1) hard original and one (1) email copy The following Federal Acquisition Regulation (FAR) provisions are hereby applicable and incorporated by reference: 1) The provision at 52.212-1, Instructions to Offerors - Commercial Items; and 3) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://www.orca.bpn.gov. A completed copy of the Representations and Certifications should be included with the offer. The following Federal Acquisition Regulation (FAR) clauses are hereby applicable and incorporated by reference: 1) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items; and 2) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 3) The clause at 52.225-13, Restrictions on Certain Foreign Purchases; and 3) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (ALT I). The following General Services Administration Acquisition Manual (GSAM) clauses are hereby incorporated by reference: 1) The clause at 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items is hereby incorporated by reference; clauses, 552.215-70, 552.228-70, and 552.229-70, apply to this solicitation and any resultant contract. The government anticipates a firm-fixed price contract. All offerors must be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via Internet at www.ccr.gov or by calling 1-888-227-2423. Offerors may submit their proposal to Eddie M. Whitaker by mail or email at ( eddie.whitaker@gsa.gov ). For more information, please email Mr. Whitaker or by telephone on 202-208-6228 or contact Mr. Michael Banner by email at michael.banner@gsa.gov or by telephone on 202-219-2337.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PH/GS-00P-11-CY-P-0046/listing.html)
 
Place of Performance
Address: Leo W. O’Brien Federal Building 1 Clinton Ave, Albany, NY 12207-2335 -, Sidney Yates Federal Building 14th & Independence Ave. SW, Washington, DC 20250-0003 -, Frances Perkins Building 200 Constitution Ave NW, Washington, DC. 20210-0002 -, Scranton Federal Complex 235 North Washington Ave. Scranton, PA 1850 -, United States
 
Record
SN02413771-W 20110402/110331234319-c7120b2d0ba1e0c5a1f684b02e54a484 (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.