Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation - Fire and Security Inspections

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
P12PS11707
 
Response Due
5/2/2012
 
Archive Date
4/17/2013
 
Point of Contact
Jordan W. Gunn Contract Specialist 9076443306 jordan_gunn@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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. SOLICITATION NUMBER: P12PS21070 This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-55, effective February 2, 2012. SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5)NAICS Code: 541350 Small Business Size Standard: $7.0M DESCRIPTION OF REQUIREMENTS: STATEMENT OF WORK1.GENERALA.RESPONSIBILITY: The Contractor shall furnish sufficient technical expertise to insure the expeditious accomplishment of the work specified in this Statement of Work (SOW). Additionally, the Contractor shall furnish all services, equipment, investigations, studies, and travel required in connection with this SOW.B.DIRECTION: The Contractor shall accept directions only from Contracting Officer (KO) at the National Park Service, Alaska Regional Office listed below. Requests or desires of the Park Users or Using Agency made directly to the Contractor will be immediately brought to the attention of the KO. The Contracting Officer must authorize any changes to the project scope or other provisions of this SOW in writing via a modification to the contract. The designated representatives for this contract are:Contracting Officer Representative (COR):To be provided at time of award2.PROJECT INFORMATION AND BACKGROUNDSitka National Historical Park (SITK) is the only park in the National Park system to focus on the story of colonial Russian America. A key theme illustrated by park resources is the conflict and cultural change that occurred as Russian fur traders established colonies in areas with longstanding Native cultures. SITK is located in Sitka, Alaska on Baranof Island in the southeast panhandle of the state. All travel to and from the city is by boat or air transportation. There are thirteen miles of paved road, and an additional thirteen miles of dirt road. The Alaska State Ferry system makes scheduled stops several times a week, and Alaska Airlines jets arrive and depart several times a day. The population is 8,900. Sitka is a seasonal cruise ship destination. 3.DESCRIPTION OF FACILITIES TO BE SURVEYEDA.Visitor CenterThe visitor center encompasses 13,240 square feet, and includes Tlingit and Haida collections on exhibit in an Exhibit Hall, Lobby, Conference Room, and Totem Hall. Additional ethnographic, historic, archaeological, archival and natural history collections are in museum storage at this facility. The building is constructed of wood with cedar shake roof. It is one mile from the city fire hall and city police department. City fire department officials have keys in lock boxes to all portions of the building. The facility is surrounded by ocean and forest trails on three sides, and by parking lot on the fourth side. Fire detection/suppression systems include air analyzer, heat/smoke sensors, manual pulls, dry pipe sprinkler system, and manual fire extinguishers. Motion detectors at various locations throughout the building detect motion and heat signature. Surveillance cameras are located at various points inside the building and outside in parking area. Buildings are equipped with deadbolt locks. B.Bally BuildingThe Bally Building covers 391 square feet. It is located fifty yards behind the visitor center, surrounded on three other sides by forest and ocean trails. The building holds cataloged wooden architectural fragments from the Russian Bishop's House, and several totem fragments. It is a one story, prefabricated building with metal beams. Walls are three inches thick, filled with insulation and sided with metal on interior and exterior surfaces. There are no windows. Double doors with deadbolt are at one end of the structure. The building is unheated, but has power which runs a dehumidifier and light. A fire extinguisher is inside.C.Russian Bishop's HouseThis 1843 National Historic Landmark building is squared log construction, two stories tall, with a metal roof, and 7,800 square feet of space. The first floor holds exhibits of Russian American objects in exhibit cases. The second floor is restored to its original use as a furnished home and Russian Orthodox chapel. Furnishings include original icons and furniture. The second floor Russian Orthodox chapel is used several times each year by the local Orthodox congregation. The Russian Bishop's House is about mile from the city fire hall and city police. Sitka fire department officials have keys in lock boxes to the building. Security at the building includes motion and heat sensor detection. Video surveillance is planned, but not yet purchased. Fire protection includes air analyzer, smoke detection, heat detection, dry pipe suppression, manual pulls and fire extinguishers. 4.OBJECTIVESThis work consists of conducting a museum fire and security survey of the SITK facilities described above which hold or exhibit museum collections. There are three primary purposes for conducting this work.A.The first is to reveal and identify weaknesses in existing security and fire protection systems, equipment, procedures, policies, and operations that could result in the loss of such museum resources as collections (artifacts, specimens, archives), collection records and documentation, and exhibits, as well as museum structures.B.The second purpose is to identify how to correct any weakness or deficiencies that may be found.C.The ultimate goal of the survey and of implementing recommended corrective action is the protection of museum assets and historical structure against all forms of losses including those due to theft, natural disasters, structural fire or fire fighting activities.5.TASKSThe contractor shall accomplish the above objectives by performing the following tasks:A.Conduct a site visit.B.Assess SITK fire prevention and security procedures and equipment in facilities housing museum collections, as they relate to preservation of museum resources and the structures housing them.C.Document findings and weaknesses, and make specific recommendations for correction of deficiencies in a written report.6.DESCRIPTION OF TASKSA.TASK 1 -- Conduct Site VisitThe Contractor shall at Contractor's expense purchase airline tickets, lodging, meals, rental car, and gasoline for rental car, airport parking, and any other incidental expenditure in order to travel to and visit the park. All on-site work is expected to take three days minimum.B.TASK 2 -- Assess SITK fire prevention and security procedures and equipment in facilities housing museum collections, as they relate to preservation of museum resources and the structures housing them. The Contractor shall apply professional knowledge of fire prevention, detection, suppression and security issues while accomplishing the following:1.Prior to identifying himself/herself to all park staff, and as an ordinary visitor to the site, tour the exhibit and collection storage spaces and observe conditions and activities affecting protection of the museum collections and structures. The Contractor will be accompanied by a park staff member at all restricted locations.2.Meet with management and staff including law enforcement rangers, maintenance staff, interpretive ranger and museum curator. Other staff will be interviewed as deemed appropriate.3.Evaluate the physical security of buildings in both public and non-public areas. Note problems with perimeters, including doors, windows, air intakes, roof hatches, and other penetrations. Evaluate the ease with which someone could penetrate the perimeter with or without being detected. The evaluation will result in specific recommendations within the final report covering areas of needed security improvement that do not conflict with life safety code.4.Review fire and security systems in terms of application of devices, system status based upon available maintenance and testing records, monitoring services, coordination with responding agencies, and Park Service response planning. Recommendations will be included in the Contractor's final report. Every effort will be made to initially recommend systems for the surveyed facilities that can be used "as is" or with slight modifications if upgrades or expansions are warranted in the future.5.Evaluate security staffing and procedures for all related functions, on a 24 hour basis.6.Evaluate park security training or security awareness programs for both security and non-security personnel.7.Evaluate policies for, and staff compliance with access and parcel controls in use at the site, particularly in office and work areas, in exhibit areas, and in collection storage. Review existing emergency/disaster plans.8.Evaluate security policies and procedures, delegations of authority, and memoranda of agreement or understanding with local police and emergency areas.9.Evaluate key control and retrieval. Evaluate adequacy of locking systems, key documentations, and key security.10.Evaluate internal and personnel security programs, particularly procedures to account for objects taken outside of collection storage and exhibit areas, such as in offices and work rooms or in transit.11. Evaluate security of objects on exhibit and in storage, including case design, security hardware, detection systems, locks, keying, accountability procedures and other internal control procedures and systems. In particular, evaluate the ease with which objects may be stolen from exhibits without immediate detection of the act. Evaluate the ease with which objects on exhibit may be vandalized, with or without immediate detection, taking into consideration any plans or proposals for new exhibits.12.Evaluate the timeliness, effectiveness, and accuracy of how the site reports criminal or other incidents involving collections.13.Observe and comment on other security problems that may be noted during the survey.14.Evaluate fire prevention policies, programs, and procedures in each building in both public and non-public areas. Examine existing polices and the extent to which they are appropriate for the resources being protected and actually are being followed. Examine the effectiveness of programs and procedures in preventing fires from starting. National Park Service (NPS) Director's Order 58 Reference Manual: Structural Fire Management (RM 58) shall be the minimum standard for measuring quality.15.Provide an overview of fire protection and evacuation readiness in relationship to protection of museum assets and to enhance life safety. National Fire Protection Association (NFPA) codes and NPS policy serve as primary references.16.Evaluate the number, size, types and locations of fire extinguishers currently in use in the surveyed facilities. Determine if maintenance and testing is properly documented.17.Evaluate adequacy of staff training and ability in the prevention, detection, and suppression of fire.18.Evaluate fire suppression policies and procedures, including standard operating procedures, delegations of authority, and memoranda of understanding with local fire and emergency agencies for fire inspection or suppression services. Memoranda must comply with RM 58 and with applicable federal regulations.19.Evaluate pre-fire planning and the extent to which such planning is in accordance with RM 58. In particular, examine whether pre-fire planning takes into account the special needs of museum objects, records, exhibits, historical furnishings, historical structures, storage areas, and work spaces.20.Determine quality of the structural fire inspection problems that may be noted during the survey. Evaluate park policies and documentation for all fire prevention, detection, and suppression procedures not otherwise specified above.21.Recommend system improvements as appropriate. Specify options and advantages of one option over another. Evaluate the relationship between fire and intrusion systems at the monitoring station and the park's ability to determine and archive alarm events, zones of activation, device status.22.On completion of on-site visit, a briefing shall be presented to superintendent, law enforcement rangers, maintenance staff, museum curator and chief of resources and interpretive ranger to discuss findings and corrective recommendations. Contractor has an ethical obligation to verbally point out serious protection weaknesses as they are encountered, if such weaknesses could, in his/her judgment, result in imminent loss of park resources and/or life safety issues and concerns.C.TASK 3--- Document findings and weaknesses, and make specific recommendations for correction of deficiencies in a written report. Contractor shall prepare and submit a written report of survey. The report shall present findings and recommendations for the applicable subjects listed above in the Scope of Work and shall be organized in a logical, easily comprehended manner. The report shall include: 1.Executive summary2.Discussion of observations and problems (organized according to areas within each structure or according to each security and fire protection issue, e.g., training, staffing, hardware, etc.)3.List of specific recommendations and possible alternative solutions for problem areas4.Comprehensive prioritized list of recommendations Recommendations are to include general concepts and sufficient detail to move forward with design drawings and specifications.7.STANDARDSThe following published documents shall be considered the standards against which Contractor shall evaluate the site. Items one through seven (1-7) are available to Contractor upon request. Items eight through ten (8-10) are standard industry publications which should already be available to Contractor.A.NPS Museum Handbook, Part IB.NPS-28 Cultural Resource Management GuidelineC.NPS-44 Personal Property Management GuidelineD.NPS-50 Loss Control Management GuidelineE.NPS-58 Structural Fire GuidelineF.NPS Management Policies Special Directive 80-1G.NPS Checklist for Preservation and Protection of Museum CollectionsH.American Society for Industrial Security (ASIS) Suggested Guidelines in Museum SecurityI.National Fire Protection Association (NFPA)J.Factory Mutual Guidelines8.PROTECTION OF INFORMATIONAll information and documentation gathered or produced by the Contractor during the course of this work shall be held in strictest confidence and shall be fully protected from access by unauthorized persons. Any documentation furnished by the site and retained by the Contractor during the course of the work or thereafter shall be secured in a locked filing cabinet or safe at a minimum. During the initial visit to the site, the Contractor shall indicate to the Superintendent the manner in which he/she intends to secure any documentation the site may furnish; the Superintendent will have the prerogative to specify when more stringent security must be provided for any particular documentation furnished to the Contractor. Documentation that cannot be secured to the Superintendent's satisfaction still will be furnished to the Contractor, but only for on-site use. Notes and other information produced by the Contractor, including all versions and copies of his/her report and any drawings that may be produced, shall be secured in a locked filing cabinet or safe, at a minimum. Word processor and other computer files shall be secured in an equivalent manner, such as by retaining files only on disk kept in a safe, rather than on a hard drive, and by the use of passwords or encryption. During the initial visit to the site, the Contractor shall indicate to the Superintendent the manner in which he/she intends to secure computer data generated during the course of the work; the Superintendent will have the prerogative of specifying that additional security measures be taken whenever circumstances so dictate.9. SCHEDULEWork element completion time after award:A.The Contractor shall make an on-site visit to the park prior to August 1, 2012. B.By September 1, 2012 the Contractor will provide the Park Curator with a disk in Office XP or mutually agreed upon equivalent and two (2) hard copy, single side drafts for review. C.Drafts will be sent to interested parties for peer review and comment. Individual pages with written comments will be returned to the Park Curator who will return any pages containing changes required in the final draft to the Contractor by October 1, 2012. Any additional copies needed for peer review will be provided by the NPS.D. The Contractor will make the requested changes and provide the Park Curator with two (2) copies of a final review draft and signature page by November 1, 2012. These "signature draft" copies will be in the final production format, including covers in the suggested format, paper stock and color, and in three ring binders. E.The final review and signature will be done at Sitka National Historical Park. The signature page will be returned to the Contractor by November 25, 2012. There should be no substantial changes in text at this time, however some pages with minor errors may be returned to the Contractor for corrections at this time. F.By December 30, 2012, the Contractor will provide the park with three (3) hard copies of this document and one copy of the document on compact disk in Office XP or mutually agreed upon equivalent format. An additional five (5) copies will be spiral bound and sent to the park. 10.MEETINGS AND CONFERENCESThe Contractor or his/her representative(s) shall participate in all conferences pertinent to the work under this SOW. The Contractor shall consult with the park representative as deemed necessary by either party or designated representatives detailed above. 11.GOVERNMENT FURNISHED MATERIALSA.Access to SITK Visitor Center, Russian Bishop's House, Bally Building and Maintenance Bay.B.Access to electronic copies (via the NPS Museum Management web page) of the NPS Museum Handbooks.C.Access to NPS Policy Reference Manuals and Guidelines.D.Access to SITK Emergency Operation Plan (EOP) and SITK EOP for Museum Collections.E.Other information as reasonably may be needed.12.METHOD OF PAYMENTPartial payments will be made upon successful completion of each successive phase of the work as outlined below:Completion of on-site visit 50%Submittal and acceptance of draft report 25%Submittal and acceptance of final report 25%13.INSPECTION AND ACCEPTANCEThe COTR is empowered to inspect and evaluate all work of this Contract for compliance with the terms of this Scope of Work Statement.Acceptance of the work of this contract and any changes to the terms of this contract shall be made in writing only to the Contracting Officer.14.REFERENCE WEBSITENPS Museum Handbooks Parts I-III:http://www.cr.nps.gov/museum/publications/handbook.html Sitka National Historical Parkhttp://www.nps.gov/sitk CONTRACT LINE ITEMS:Line Item 001: Services for Fire & Security Inspection Lump Sum: $___________ PERIOD OF PERFORMANCE: DOA through December 30, 2012 PLACE OF DELIVERY/ACCEPTANCE: Sitka National Historic Park, Sitka AK 99835 CLAUSES AND PROVISIONS:The following Federal Acquisition Regulation clauses and provisions apply to this acquisition: 52.212-01, Instructions to Offerors-Commercial 52.212-02, Evaluation-Commercial ItemsThe specific evaluation criteria shall be as follows: Criteria 1. Demonstrated professional experience performing security management assessments. Criteria 2. Demonstrated professional experience performing fire technology assessments. Criteria 3. Demonstrated experience successfully communicating knowledge of professional security and fire technology management. For all written portions, use only 8 " x 11" paper unless an alternative size is specifically authorized elsewhere in this solicitation. Do not use font size smaller than 10-pt, do not use an unusual font style such as script or condensed print. FORMAT/ QUANTITY OF PROPOSAL: In order to be considered for award, Offerors must submit a technical proposal that details their experience based on all of the evaluation criteria.Offerors shall submit a technical bid and past performance information for the above criteria limited to no more than 10 pages. Price must be contained in a separate document excluded from technical and past performance information. The Government will award a firm fixed price contract to the responsible offeror whose proposal it determines conforms to the solicitation, is affordable, fair and reasonable, and offers the best overall value to the Government, considering all non-price factors and price. All non-price factors when combined are approximately equal to price. The Government reserves the right to accept other than the lowest priced offer or reject all offers. 52.212-03, Offeror Representations and Certifications-Commercial ItemsCENTRAL CONTRACTOR REGISTRATION INFORMATION: Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their bid to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event a bidder is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful quoter. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12 and FAR 52.204-8) 52.212-04, Contract Terms and Conditions-Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which includes the following applicable clauses: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.222-53 PROPOSAL SUBMISSION:Quotes must be received at the following address, via fax, mail, or email, prior to the closing date of this combined synopsis/solicitation. Closing date of this solicitation is March 5, 2012 at 10:00AM, local Alaska time. POINT OF CONTACT:National Park ServiceAttn: Christie VandenDries240 W. 5th Ave, Room 532Anchorage, AK 99501 Phone: (907)644.3306 Fax: (907)644.3802 (If faxing your quote, you must submit a cover page, clearly indicating the solicitation number and Contract Specialist's name)Email: Jordan_gunn@nps.gov Additional Info: Please click here to view more details. Contracting Office Address: ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501 Place of Performance: Sitka, Alaska99835USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS11707/listing.html)
 
Place of Performance
Address: Sitka National Historic Park Sitka, AK
Zip Code: 99835
 
Record
SN02723643-W 20120419/120417234736-457dc60c6dd095eac522b0bfb2813f87 (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.