SOLICITATION NOTICE
C -- Fire Protection Engineering Services
- Notice Date
- 2/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407
- ZIP Code
- 20407
- Solicitation Number
- GS11P03EGD0004
- Archive Date
- 3/27/2003
- Point of Contact
- Michelle Mailhot, Contracting Officer, Phone (202) 708-7081, Fax (202) 708-7081,
- E-Mail Address
-
michele.mailhot@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- A multi-award indefinite delivery/indefinite quantity fire protection engineering contract(s) for performance of fire protection design analysis and other related services procured under the Brooks Act and FAR Part 36, for architect-engineer services. The services will be provided for the General Services Administration, National Capital Region (NCR), under solicitation No. GS-11P03EGD0004. The services to be provided include the following: (1) Perform acceptance testing of new fire protection systems; (2) Evaluate existing fire protection systems which may include a water supply analysis and coordination with the local water supply authority; (3) Prepare new and review existing guide specifications; (4) Respond to assistance requests (problem solving, existing problems, evaluation of potentially hazardous situations, etc.) from building managers of various field offices or from delegated agency representatives within NCR; (5) Provide training in fire protection to building managers, construction inspectors, etc. (6) Provide water supply analysis, preparation of and/or review of sprinkler system hydraulic calculations; (7) Perform building exit calculations, including but not limited to a NFPA 101A analysis; (8) Perform risk analysis of existing building fire protection systems and characteristics; (9) attend meetings representing GSA as its authority having jurisdiction relative to fire protection issues in new and/or existing structures; (10) Investigate fires within Government owned or leased space and provide written reports as required or requested; (11) Perform submittal reviews for compliance with project plans and specifications; (12) Provide fire protection design review services for projects in any or all stages of design; (13) Provide consulting services on a variety of fire protection issues; (14) Provide fire protection review of Building Condition Reports, Building Evaluation Reports, Prospectus Evaluation Studies and other related fire protection studies and reports; and (15) Provide fire protection engineering design services in the form of plans and specifications. The services will be fire protection/ life safety in nature and may require support of other A/E services such as historic preservation, architectural, mechanical and electrical. Other services which may be required include the following: hazardous materiral removal including asbestos abatement; cost estimating; review of shop drawings; inspections; and environmental The Government will not indemnify the A/E against liability rising out of work involving asbestos and other hazardous materials. Any one of the services may be required separtely or in combination; that is, a project may need review only, the project may require review and acceptance testing after construction or the project may require system evaluation only. All services will be procured through the issuance of individual work/delivery orders, each defined by a separate scope of work. The duration of the contract (s) shall be for (1) base period, followed by four (4) option periods, with a maximum ordering limitation not to exceed $500,000 for each period, for an aggregate dollar value of $2,500,000. The approximate quantity of A/E services anticipated to be performed under this Indefinite Quantity contract per year is $400,000. For information purposes only, total expenditures for A/E-related services for the previous year were approximately $350,000. The Government shall award a contract to no more than five contractors. The guaranteed minimum is $10,000 per firm. Consideration for this contract is limited to firms or joint ventures (either with consultants) located within Maryland, Virginia, or the District of Columbia demonstrating the capability to coordinate the required services in their own active production offices located in the NCR. Firms not currently located within a 50-mile radius of the Washington Metorpolitan Area (NCR) must establish a local active production office within 30 days after contract award. The boundaries of the NCR include the District of Columbia; Montgomery, and Prince George's Counties in MD; Arlington, Fairfax, Prince William and Loudoun Counties in VA; the City of Baltimore in Maryland; and the Cities of Alexandria, Falls Church and Fairfax in VA. There will be no travel premium allowed for projects within the NCR. The evaluation criteria for selection are as follows: I. PROFESSIONAL QUALIFICATIONS (35%): A. Relevant key individual experience and professional qualifications. B. Team experience and accomplishments on similar fire protection/ life safety projects. C. Background and references (personal and professional), including resumes of team members. II. CAPABILITIES OF FIRM (25%): A. Sufficiency of staff and technical resources available, not committed to other contracts, to undertake this contract. B. Location of firm and knowledge of the locality of the project. III. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (20%): A. Experience in the testing, design and evaluation of complex fire protection systems (i.e. automatic fore protection systems, fire alarm systems, water supply systems, exiting systems, etc.). B. Experience in the desing and/or review of new construction and/or renovation projects, particularly for fire protection engineering systems? C. Experience of members of the firm, or proposed team members or consultants, in working together on similar projects. D. Experience in evaluating complex fire protection engineering problems. C. Experience in providing drawings by using CADD and for providing Metric units of measure. IV. PAST PERFORMANCE (20%): A. Does the firm provide specific data which exhibits cost control throughout the design process versus actual construction cost for projects completed in the past five years? B. Suitability of the firm's past performance in contracts with government agencies. Programming and compliance with performance schedules: Does the firm convincingly demonstrate, through specific project examples and supporting data, commitment to on-time completion of projects? C. Is client feedback provided (references cited) verify that previous clients are satisfied with the firm's overall performance? Each A-E will be required to provide at least two (2) but no more than three (3) project examples similar in nature to the proposed project. Each project example must list the name of the client, the name of a technical representative who monitored the project along with his telephone number. If possible, include at least one client that was a federal agency. The submittal should be bound in 8 1/2" x 11" format, the total submittal shall not exceed forty (40 pages) as part of their proposal, including drawings, specifications, final cost estimate, and summary of project scope/objectives, and name, address, and telephone numbers of client contacts. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF 254s (for firm, joint ventures, and consultants) which must not be dated more than six (6) months before the date of this synopsis, and an SF 255, along with a letter of interest identifying the project by solicitation number. Each SF 255 shall include partial project examples as similar in nature to the tentative project as possible, bound in 8 1/2" x 11" format. Also included in Block 10 as the last entry the following certification: "I hereby certify the firm (or joint venture) and consultants listed for this project meet the geographic limitations stated in the CBD announcement for this solicitation," or a statement certifying establishment of a local office within 30 days after award. This procurement is being set aside for small business concerns only. Responses shall be made to: General Services Administration, 7th & D Streets, SW, Bid Room 1065, Washington, DC 20407 by 3:30 p.m. local time on the due date of this notice. The following information MUST be on the outside of the sealed envelope: 1) Solicitation Number/Title, 2) Due date, and 3) Closing time. Late responses are subject to FAR Provision 52.214-7. Point of Contact: Michele Mailhot (202) 260-4424
- Place of Performance
- Address: Various Buildings in the National Capital Region (MD, VA and DC)
- Record
- SN00265263-W 20030227/030225213713 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |