Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2011 FBO #3611
DOCUMENT

H -- Provide Fire Protection System Bldg 126 Rooms 27 and 28A - Attachment

Notice Date
10/12/2011
 
Notice Type
Attachment
 
NAICS
926150 — Regulation, Licensing, and Inspection of Miscellaneous Commercial Sectors
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26212R0015
 
Response Due
10/26/2011
 
Archive Date
12/25/2011
 
Point of Contact
Timothy Prather
 
E-Mail Address
6-5186<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Medical Center Long Beach Heath Care System has a requirement to Provide Fire Protection System For : Bldg 126 Rms27 and 28A. A Firm-Fixed Price award is anticipated. Contractor shall provide Fire Suppression System components manufactured by Chemetron Fire Systems. All components are underwriter laboratory (U.L.) Listed and approved for their intended use. The systems will be designed to provide independent, total-flood fire suppression protection to the contents of Rooms 27 and 28A. The agent cylinders will be installed either in a comer of each room or the adjacent room, with the control panel that supports both systems and auxiliary switches and controls next to the exit door of the Room 27. All system components and materials will be installed in accordance with local and national codes and standards. Work will be performed in a functioning hospital environment, which will remain operational during the project duration. HAZARDS: 12 KV Vaults - Room 27 - 9,335 cu.ft. & Room 28A - 13,270 cu.ft. HAZARD CLASS: Class "A" Combustibles & Class "C" Electrical 1. 2 - Agent Storage Cylinders w/ (395 Ibs. - Rm. 27) & (565 lbs. - Rm. 28A) of Novec 1230 2. Lot - Container Bracketing Assemblies 3. 4 - Discharge Nozzles 4. 2 - Electric Actuators 5. 4 - Electric Manual Release Stations 6. 1 - 320i Addressable Special Hazard Control/ Release Panel (Rooms 27 & 28A) 7. 14 - Addressable Photoelectric Smoke Detectors with Bases 8. 2 - Alarm Bells (First Alarm) 9. 2 - Horn/Strobe Assemblies (Second Alarm) 10. 4 - Strobe Assemblies (Discharge) 11. 2 - Pneumatic Switches 12. 4 - System Abort Switches 13. 2 - Keyed Maintenance Switches INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. Only electronic proposals submitted via e-mail will be accepted. NAICS: 926150, Small Business Size Standard: $31 Million. Project Magnitude: Between $50,000.00 and $100,000.00. Contract Completion Time will be Thirty (30) Calendar Days. Offerors must be listed in the VetBiz.gov Vendor Information Pages at www.vetbiz.gov, currently registered on Central Contractor Registration, www.ccr.gov, and have completed online Representations and Certifications at http://orca.bpn.gov. This acquisition is solicited pursuant to the Veterans ™ First Public Law 109-461 as a Service-Disabled Veteran-Owned Small Business Set-Aside. Additionally, this acquisition will be conducted in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. PROPOSAL SUBMISSION Note: All Requests for Information (RFIs) regarding this RFP must be submitted in writing using form provided and must be received at least five (5) calendar days in advance of the offer due date in order to allow replies to reach all prospective offerors in a timely manner, if that information is necessary in submitting offers or if the lack of it would be prejudicial to other prospective offerors. Oral explanations given before award are not binding. The Government intends to Award to the Lowest Priced Technically Acceptable proposal (FAR 15.101-2) without discussions, but reserves the right to enter into discussions if so determined to be in the best interest of the Government. Offerors are to submit, in duplicate, separate and independent Technical and Price Proposals. Offerors shall prepare Technical Proposals with the Selection Criteria and Evaluation Factors in mind, in terms of both content and organization, to facilitate evaluation. Only electronic proposals submitted in MS Word or PDF format will be accepted. Proposals must be emailed to timothy.prather@va.gov before the submission deadline of October 26, 2011 at 2:00 PM PDT. PROPOSAL EVALUATION The Contracting Officer, with the assistance of a qualified Technical Evaluator, will evaluate Technical Proposals to determine the offeror ™s ability to accomplish the work as set forth in this solicitation, i.e. Technical Acceptability. Technical evaluation will be based solely on the evaluation factors and criteria defined below. It is intended that a best value award will be made to the lowest price, technically acceptable offer, as per FAR 15.101-2; therefore all offerors are advised that their best terms and conditions, both technical and price, should be presented in their initial proposals. Offerors are advised that exchanges (including discussions/negotiations) may occur if deemed necessary. Any such exchanges shall be conducted in accordance with FAR 15.306. Offerors are advised that in addition to information provided in Technical Proposals, Past Performance Evaluation will be conducted using information obtained from the Past Performance Information Retrieval System (PPIRS). Offerors are advised that in accordance with FAR 15.305 (a)(iv) offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. In addition, offerors may provide information on problems encountered in past performance and corrective actions taken, FAR 15.305 (a)(ii). TECHNICAL SELECTION CRITERIA (EVALUATION FACTORS) Technical Evaluation Factors - All technical factors when combined are less important than price. Technical Evaluations will be based on the following technical factors: I. Team Proposed For This Project - This factor will be evaluated on the basis of project management, project personnel experience, quality assurance and safety. II. Previous Experience With Healthcare Environments - This factor will be evaluated on the basis of demonstrated knowledge and experience performing construction activities in a functioning, operating Veterans ™ Affairs Hospital/Clinic environment or other Hospital/Clinic environment. III. Location And Facilities Of Working Offices - This factor will be evaluated on the location and logistics of maintaining a project of this magnitude based on the selected contractor origin. IV. Project Control “ This factor will be evaluated on the ability of the selected contractor to monitor sub-contractor tasks simultaneous and interfacing a (CPM) Critical Path Method schedule in order to attain a scheduled completion date. V. Cost Effectiveness Between Award & Final Cost “ This factor will be evaluated on the ability to present a history of past similar projects costs from the time the project started to finish. Proposal Preparation: Technical Proposals shall address the following: I. Team Proposed For This Project Background of the personnel “ Demonstrate Project Management experience by providing information for three projects completed within the last five years similar in size and scope to this project. For projects referenced, the following information must be provided: Project team Manager/Supervisor name, qualifications. Project team, location of offices, and brief description of partnership duration. Project team previous experience in managing CPM software. Project team Quality Assurance program and safety record. II. Previous Experience With Healthcare Environments Demonstrate knowledge and experience performing construction activities in a functioning, operating Veterans ™ Affairs or other hospital/clinic environment by providing information for three such projects completed within the last five years. Projects referenced may be the same projects referenced above for Construction Management. Related Project Experience III. Location And Facilities of Working Offices Provide information on geographical logistics of performing work in southern California for the length of project time. Prime contractor company office location Proposed sub contractor office locations. IV. Project Control Demonstrate knowledge and experience performing (CPM) Critical Path Method control of projects. Prime contractor past experience point of contacts of previous owner and contact numbers for minimum of 3 projects. V. Cost Effectiveness Between Award & Final Cost Demonstrate knowledge and experience performing and maintaining (CPM) Critical Path Method control of large projects. Provide examples of cost data of previous 3 similar projects conveying award, change order history and final close-out costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26212R0015/listing.html)
 
Document(s)
Attachment
 
File Name: VA-262-12-R-0015 VA-262-12-R-0015.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265683&FileName=VA-262-12-R-0015-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265683&FileName=VA-262-12-R-0015-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02605844-W 20111014/111012234220-0f44ef6849d791753a3b05c5eaf9d44c (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.