MODIFICATION
C -- Architect and Engineering Services for Fire Protection and Lifes Safety Support
- Notice Date
- 1/11/2005
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, RDF, Room 1F1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0095-05-R-0009
- Response Due
- 1/28/2005
- Point of Contact
- Denise Adderley, Contract Specialist, Phone (703) 693 2019, Fax (703) 695 2372, - Dorothea Garner, Contract Specialist, Phone (703) 6974420, Fax (703) 692 4091,
- E-Mail Address
-
dadderley@ref.whs.mil, dgarner@ref.whs.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Provide all manpower, material, equipment, supervision and transportation to provide fire protection engineering services to include, but not limited to, analysis and application of the Virginia Uniform Statewide Building Code and Fire Code, International Building Codes, National Fire Protection Association Codes and Standards, OSHA Safety Standards, and Department of Defense Unified Facilities Criteria. Services will include inspection, assessment, and analysis of existing building conditions for egress and fire protection, design and specification of fire protection and alarm systems, review of fire protection and alarm systems designs, Title II services for fire protection and alarm systems including inspection of on-going construction and installation, final test and acceptance, and review of turnover documentation for acceptance. Services will also include support witnessing and documentation only for semi-annual and annual testing of fire protection and alarm systems and fire life safety inspections at Department of Defense, Defense Facilities Directorate owned and operated buildings in the National Capital Region and may also include fire life safety inspections at Department of Defense leased facilities in the National Capital Region (NCR). Services shall be provided for a base period with 4 consecutive 12 months Government unilateral options to extend. In order to ensure rapid emergency response, the consultant shall maintain a facility with key personnel supporting this contract within a 50 miles radius of the Pentagon Reservation. The proposed dollar Threshold amount is between $1,000,000.00 and $5,000,000.00.The minimum dollar amount per year shall not be less than $5,000.00. The Selection shall be based on the following criteria. The Technical Evaluation Committee will evaluate three areas ? Past Performance, Qualifications & Experience of Key Personnel, and price for Providing Fire Protection Services. Consultant?s SF330 shall clearly identify capacity, capability, experience, past performance, and project team and organization?s specialized experience and knowledge of local codes and standards. Offerors will be ranked based on past performance and technical expertise in fire protection engineering. The three highest ranked offerors will be required to provide an oral presentation limited to one (1) hour, at the offeror?s office addressing past performance, technical expertise and introducing key personnel. After completions of oral presentations, the three highest ranked offerors will be re-rated and ranked based on past performance and technical expertise as demonstrated in their SF 330 and their oral presentation. The Government will then enter into negotiations with the highest ranked offeror to achieve a fair and reasonable rate schedule. Factor 1: Past Performance Description: This factor considers the extent of the offeror?s past projects and experience, within the last five (5) years for fire protection engineering responsibilities as outlined in the scope of work (SOW). Standard For Evaluation: The offeror has performed projects in the Fire Protection field and to that described in the solicitation under at least three (3) contracts. Factor 2: Qualifications & Experience of Key Personnel Description: This factor examines the qualifications, knowledge, skills and experience of the offeror?s key personnel. It considers specific details of key personnel concerning experience, training, and knowledge of Fire Protection Services and related fields. Training and education should be commensurate with the position held, emphasizing a person?s knowledge of Fire Protection and related fields, along with managerial and supervisory skills. Standard For Evaluation: (1) Key staff personnel and subcontractor's resumes demonstrate adequate training, experience and education to perform tasks required of this contract. (2) The resumes provided by the offeror, in conjunction with the organizational charts provided for Factor 2, demonstrate adequate delegation of responsibility an authority to key staff personnel and subcontractors for responsive and effective contract administration. (3) There shall be minimum of two personnel on site on a regular basis with off site support resources available to fulfill the intent of this contract. At a minimum, site personnel shall consist of one Fire Protection Engineer with PE license as a team leader with a second person as a Fire Protection Engineer II. The consultant shall demonstrate depth in resource personnel from off site with at least one key personnel certified as NICET Level III. In order to ensure rapid emergency response, consultant shall maintain a facility with key personnel supporting this contract within a 50-mile radius of the Pentagon. Factor 3: Price The consultant shall submit hourly rates including overhead and profit for technical specialties per the GSA schedule. The offeror?s cost/price proposal will be evaluated in order to determine if it is realistic, complete, and reasonable. Realism is evaluated by assessing the compatibility of proposed costs with proposal scope and effort. Completeness is evaluated by assessing the level of detail the offeror provided in cost information for all RFP requirements in the statement of work and technical documents, and assessing the traceability of estimates. Reasonableness is evaluated by comparing the proposed prices received in response to the RFP, or comparing prices with other similar effort. Unrealistically low proposed costs or price estimates may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unrealistic proposal. The offeror?s proposed cost/price shall not be controlling for source selection purposes. Proposals shall be evaluated instead for award purposes at the most probable cost to the Government for the basic requirements and all options. The most probable cost to the Government shall be computed based upon the Government Cost Estimate. BASIS FOR AWARD Unless all offers are rejected, award will be made to the responsible offeror(s) whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, technical superiority (including past performance and experience on similar projects, qualifications and experience of key personnel) will be the most important consideration, however, cost/price will be a factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. This is a best value source selection in accordance with FAR Subpart 15.3. Award will be made to the offeror who is deemed responsible, whose proposal conforms to the RFP requirements, and is judged to represent the best value to the Government. Award will be based on a best value for the Government considering past performance, technical expertise, and negotiated cost with past performance and technical expertise being more important than cost. ALL PROPOSAL ARE DUE ON JANUARY 28, 2005 @ 1:00 P.M. ALL QUESTION SHALL BE RECEIVED NO LATER THAN JANUARY 14, 2005 @ 2:00 P.M. BY EMAIL TO dorothea.garner@whs.mil or faxed to (703) 692-4091/92.
- Place of Performance
- Address: DEPARTMENT OF DEFENSE, WASHINGTON HEADQUARTERS SERVICES, PENTAGON RESERVATION/NATIONAL CAPITOL REGION, 1155 DEFENSE PENTAGON, WASHINGTON DC
- Zip Code: 20301-1155
- Country: ARLINGTON
- Zip Code: 20301-1155
- Record
- SN00733282-W 20050113/050111212150 (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 |