Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

Z -- Design and Installation of Fire Sprinkler System at Building 679

Notice Date
8/18/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - GOGA Golden Gate NRA Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
N8151090141
 
Response Due
5/20/2009
 
Archive Date
8/18/2010
 
Point of Contact
Carol A. Axley Contracting Officer 4155614793 carol_axley@nps.gov;<br />
 
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
N/A
 
Description
This solicitation will be available at http://ideasec.nbc.gov on or about August 31, 2009. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. This acquisition is for Full and Open Competition. The National Park Service welcomes qualified contractors to participate in this firm fixed price construction project. Contractors shall be required to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the project description listed below. In accordance with the Federal Acquisition Regulation (FAR), Part 36.204, the estimated construction cost range is between $100,000 and $250,000. The North American Industry Classification Standards (NAICS) code is 238220. PROJECT DESCRIPTION: This work consists of designing and installing an automatic wet pipe sprinkler system, buried and above ground distribution piping and other related items for complete coverage of a two story wood framed building at the Fort Baker waterfront, in Sausalito, California. Building 679 currently houses the Travis Sailing Center, a Park Partner/Tenant of the National Park Service (NPS). Fort Baker is a contributor of a National Historic Register District, and Building 679 is a contributing historic structure (building 679 and other buildings at the waterfront are part of the nominated National Historic Landmark (NHL) Seacoast Fortifications). The system shall be designed and installed in accordance with the National Fire Protection Association (NFPA) Standards. A Site Visit is scheduled for Wednesday, September 9, 2009 from 2:00 to 4:00 PM. Interested contractors should meet at the Travis Sailing Center located at the waterfront at Fort Baker, Sausalito, CA. Follow the signs to "Travis Sailing Center", as you enter the Fort Baker Area and drive along the parade ground. There are MINIMUM REQUIREMENTS WHICH SHALL BE MET BEFORE AN OFFEROR CAN BE CONSIDERED ELIGIBLE TO BE ON THEIR TECHNICAL PROPOSAL. These MINIMUM REQUIREMENTS ARE: A) Minimum Qualifications for the Designer: Contractor shall have continuously designed Fire Sprinkler Systems in a) engineer in the state of California, and/or a NICET Level III or IV Technician. B) Minimum Qualifications of the Fire Sprinkler Installer: Contractor must possess a California State C-16 Contractor's license, and must have five (5) years of experience in designing, installing, testing and servicing fire sprinkler systems. C) Minimum Qualifications of the Fire Alarm Installer: Contractor must possess a California State C-10 Contractors License; Contractor must be an authorized Distributor for Bosch/Radionics (this is necessary to install new fire alarm systems, or to alter, test, service or maintain existing Bosch/Radionics fire alarm systems), and the Contractor shall have the (10) years of experience in installing, servicing and maintaining the same type of equipment. The following Technical Evaluation Factors and Subfactors shall be used for the Technical Proposal Evaluation and are listed in descending order of importance. 1) FIRE SPRINKLER and UTILITY CONSTRUCTION EXPERIENCE: Offeror shall demonstrate experience of successful design and installation of a new fire sprinkler system including the backflow preventer, and associated appurtenances, in a complex public environment that contains park partners, employees and visitors; SUBFACTORS: a) Offeror shall demonstrate the ability to complete a design-build fire sprinkler installation project; b) Alternative: Offerer shall demonstrate successful completion of at least three (3) similar fire sprinkler installation projects of comparable size and complexity within the last five (5) years. Provide qualifications for design services as well as installation of a designed system; c) Offeror shall provide the original time schedule and completed time schedule, in addition to the original contract price and completed contract price for previous projects of similar type, scale and size. Offeror must explain why there are differences (if any) in the original and final schedule and contract price. 2) PROJECT EXECUTION : a) Offeror shall demonstrate prior successful experience and a proposed approach to performing fire sprinkler installation in a historic structure at a complicated, publicly-accessible site. Specifically note where prior experience has been obtained working on a National Register building. Also indicate experience in working with buildings that are occupied during the course of construction activity. SUBFACTORS: a) Offeror shall demonstrate the technical ability to provide necessary submittals, in both an electronic & hardcopy format including schedule, drawings, cut sheets, and other design and construction related submittals. b) Offeror shall describe prior related experience and your proposed approach and project schedule for this specific project, which requires client and building occupant coordination and installation on a tight schedule. (It is critical that the project be completed by July 2010). The Offeror shall provide a minimum of (2) previous schedules for prior completed projects. Schedules will be evaluated for their ability to assess critical paths. c) Offeror shall describe prior experience and present a project-specific approach to insuring effective and timely communication and data exchange - formal and informal - with NPS as the client ("partnering"). d) Building 679 is a historic building located adjacent to Horseshoe Bay. Offerors shall describe prior experience and proposed project approach for addressing historic preservation ("cultural resources" as defined by NPS) and natural resource protection issues appropriate for the park setting. e) Offeror shall describe prior experience and present a project-specific approach to Offeror's employee and visitor (including building occupant) safety during the course of construction activities appropriate for an occupied building in a public park setting. 3. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL Offeror shall demonstrate experience, proper licensing, and certification for specific skills to perform complex fire sprinkler utility installation amongst various key team members. Provide resumes for all key personnel and specialists providing services under this proposed contract. NOTE: References should be provided for all personnel specified with an asterisk**. SUBFACTORS: a) Qualified contractors/workers as defined in the State of California State C-16 Contractor's License** b) Key subcontractors (Sprinkler Design & Fire Alarm Design/Install)** c) Project manager(s)/superintendent** d) Key team member(s) with demonstrated ability and experience in sprinkler installation in a building with possible Hazardous Materials, and the ability to recognize where additional testing may be required, and proper handling of Hazardous Materials. (Abatement to be completed by others). Responses will be due approximately 30 days following issuance of the formal Request for Proposal (RFP), refer to the actual RFP for official dates. Search by referencing the Solicitation Number N8151090141., Department of the Interior, National Park Service. Individual requests for the solicitation package will not be accepted. The Point of Contact for this solicitation is Carol A. Axley, Contracting Officer, National Park Service, Fort Mason, Building 201, San Francisco, CA 94123, Telephone Number is (415) 561-4793, Fax Number is (415) 561-4795. Interested contractors should be pre-registered in the Central Contractor Registration program at: http://www.ccr.gov. Responses from Offerors will be accepted at the address listed in the solicitation, with original signature of authorized company official, on the closing date, and no later than the official closing time indicated in the solicitation. Facsimile offers shall not be accepted. This Announcement does not constitute the solicitation. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8151090141/listing.html)
 
Place of Performance
Address: Fort Baker, Sausalito, California<br />
Zip Code: 94123<br />
 
Record
SN01916539-W 20090820/090819001200-77933aa2ac059e472695eaf34648cdd8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.