SOLICITATION NOTICE
L -- Fire Protection Surveys in Federal Facilities - Package #1
- Notice Date
- 8/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), FMSPD, Contracts Section (9P3PMFC), 450 Golden Gate Ave., 4th Fl. East, San Francisco, California, 94102-3404, United States
- ZIP Code
- 94102-3404
- Solicitation Number
- GS-09P-12-NQ-M-0005
- Point of Contact
- Deborah J. Bernsdorf, Phone: 4155223398
- E-Mail Address
-
debbie.bernsdorf@gsa.gov
(debbie.bernsdorf@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SAM Instructions Price proposal form Exhibit 4 - FSRS Requirement Exhibit 3 - RAC Codes Exhibit 2 - System Test Guide Exhibit 1 - Building Profile Attachment 1 Building List DESCRIPTION OF SERVICE: Conduct a fire protection survey of the GSA Facilities described in the attached by a registered fire protection engineer. All areas of the facility shall be surveyed, including building services (mechanical, electrical, telephone and storage spaces) and common spaces accessible to building tenants. All conditions requested in this description of services MUST BE in the proposal to be considered. The purpose of the survey is to verify compliance with the latest NFPA (including the NFPA requirements to maintain and test fire protection systems) and International Building Codes and document non-compliant items as well as exemplary fire protection systems maintenance and testing practices. The survey shall include a review of the Occupant Emergency Plan. GSA's Safety and Environmental Branch will use the report generated from this survey to correct non-complying items and to improve the maintenance and upkeep of the fire protection systems. The report shall address all findings during the survey including life safety code violations, testing results, review of the findings from the last fire protection survey, review of the recent (yearly, quarterly and monthly) fire maintenance and test reports generated by the building maintenance staff or their contractor. GSA's Safety and Environmental Branch will use the report generated from this survey to correct non-complying items and to improve the maintenance and upkeep of the fire protection systems. The report shall address all findings during the survey including life safety code violations, testing results, review of the findings from the last fire protection survey, review of the recent (yearly, quarterly and monthly) fire maintenance and test reports generated by the building maintenance staff or their contractor. LIFE SAFETY AND EGRESS. Identify all areas in the facility which do not comply with the NFPA 101 and the International Code Council building codes. N ote in the report, locations of delayed egress locks and if proper signage are provided. Identify all exit doors which have been locked for security reasons or whose locks do not comply with the NFPA requirements. FIRE PROTECTION SYSTEMS. Coordinate scheduling of this survey to occur during periodic testing of the fire alarm, fire pump or emergency generator. Verify signals received by the central monitoring station for accuracy. The fire protection systems drawings are kept at the maintenance and operations' (M&O) office in the building. Electronic copies of previous fire survey reports will be provided after award of this contract. DRAFT REPORTS are to be submitted for each building at 95% completion no later than six (6) weeks after Notice to Proceed is issued by the Contracting Officer, Deborah Bernsdorf. One draft copy of the report is required in MSWord format either hard copy or electronically (via email). FINAL REPORTS, in MSWord format, shall be sent within two weeks after incorporation of review comments, from GSA, (if any) and approval of the report, by GSA. One final hard copy and one electronic copy (via email) stamped and signed report shall be submitted to the Contracting Officer. Schedule will be strictly enforced. SPECIAL INSTRUCTIONS : •1) Submit a report that shall include an Executive Summary, a listing of all findings, a Facility Profile, and an appendix containing data used in formulating the findings in the report. •2) Provide an itemized summary of all corrective actions completed on previous fire survey findings and new findings from the survey conducted. Include a brief tally of all findings according to RAC category. •3) Describe the thoroughness and quality of the testing conducted by GSA's maintenance contractor(s) on the fire alarm system, fire sprinkler system, smoke control (if any), emergency lighting, and emergency generator systems. •4) Using the Maintenance and Testing guidelines listed in NFPA's 13, 20, 25, 72, and 101, assess the completeness and accuracy of the latest monthly, quarterly and yearly test and maintenance reports. Include copies of the maintenance contractors Test Reports for the recent 12 month period in the appendix section of the report. Provide review comments on the thoroughness and accuracy of the test and maintenance reports. •5) All deficient findings shall be itemized with specific locations (for each finding), a budgetary cost estimate of each finding, and a corresponding recommendation to correct deficient items. If an Imminent Hazard (condition with Risk Assessment Codes 1 or 2) is identified, the condition shall be reported to the Property Manager and GSA's Senior Property Manager immediately for corrective action. •6) Risk Assessment Codes (RAC) shall be assigned for each corrective measure. Refer to Exhibit 2 for guidance in determining RAC numbers. •7) Provide an analysis of the building conditions affecting life safety in accordance with the procedures outlined in NFPA 101A, Alternative Approaches to Life Safety. Results shall be reported as indicated in NFPA 101A. •8) Submit a copy of the 95% completed draft survey report in MSWord format via e-mail to Deborah Bernsdor, Contracting Officer ( debbie.bernsdorf@gsa.gov ) and Victor Tablante ( victor.tablante@tgsa.gov ) for GSA's review and approval. Instructions for Proposal Submission Solicitation No. GS-09P-12-NQ-M-0005 Content of Proposal Submissions 1. General. The instructions below provide guidance for the preparation and submission of proposals. Their purpose is to establish requirements for the format and content of proposals so that proposals are complete, contain all essential information, and can be evaluated equally. 2. Submission and Content of Proposals. For the purpose of this solicitation, four (4) identical sets of the technical and price proposals shall be submitted by each Offeror prior to closing time for receipt of proposals. The solicitation number shall be prominently written on the outside of the envelope containing the proposal. The submission envelope shall show the solicitation number, hour, and date for receipt of proposals in the lower left-hand corner of the envelope. The proposal package must be received by no later than 4:30 pm, PST, on Monday, August 17, 2012. General Services Administration Safety & Environmental Branch, 9PMS 450 Golden Gate Avenue, 4th Floor East San Francisco, CA 94102 Attn: Deborah Bernsdorf Proposals received after the hour and date specified above will be considered late submissions and will be handled in accordance with FAR 52.215-1, Instructions to Offeror's - Competitive Acquisition (JAN 2004). Because the building is not open to the public, hand-carried proposal packages delivered by the offeror is not recommended. But if they are hand-carried, it must be received in accordance with the requirements stated in the paragraphs above. The term "hand-carried" includes special delivery and express mail carriers. Late hand-carried proposal packages will be handled with the FAR clause cited above. 3. Technical/Price Proposal Guidelines For the purpose of this solicitation, GSA will accept only one (1) technical/price proposal from each Offeror. Firms or individuals having qualifications to perform the required services in this solicitation/contract should submit four (4) sets of their technical/price proposal, each with original signatures. Awards may be made without discussions. Therefore, Offeror's are requested to initially submit proposals to the Government on the most favorable terms from a technical and price standpoint. In order to receive maximum consideration in the technical/price evaluation process, each Offeror's proposal must, at a minimum, address all of the areas outlined in paragraph 4 below and include Offeror's DUN's and Tax ID Numbers and be Registered in System for Award Management (SAM). Expensive, elaborate submittals are neither required nor encouraged. Only brochures and literature pertinent to the nature of work under this solicitation should be submitted if they are logically incorporated into the body of this technical/price proposal. Brochures and company literature used in advertising or promoting the company, or corporation investment profiles and prospectuses are discouraged. 4. Information to be Included in Technical Proposals A. Experience The Government will consider the Offeror's experience. Please provide a minimum of three (3) projects completed in the past three (3) years that are similar in size and scope to the requirements of the scope of work. Offeror's may submit more than three projects. Please provide a sufficiently detailed description for each project so that the Government can evaluate whether it is similar in size and scope to the requirements of this solicitation for evaluation purposes. Failure to provide such information may render the proposal deficient in this area. B. Methodology Please provide, in detail, how the Offeror plans on completing the scope of work. Include a discussion of how the Offeror will accomplish its review of the previous audit report for the facilities for confirmation of corrective actions and identification of existing deficiencies. Provide an explanation of how the Offeror's report will address all relevant laws and standards applicable to the survey findings. A sample report or portion of a report shall be provided. C. Management Plan and Key Personnel Surveys must be performed by a registered fire protection engineer. Please provide an organization chart detailing overall structure of the Offeror's company. Identify in the organization chart division(s) in which the individuals that will be providing the scope of work are located in relationship to the overall organization of the Offeror's company. Please provide resumes for the key personnel who will be performing the scope of work. 5. Price Proposals Please provide one (1) original of the price bid/offer sheet. Please be sure to provide an inked signature on the original bid/offer sheet, and place all price bid/offer sheets in a separate envelope from the technical proposal. Contractor must be registered in the System for Award Management (SAM) to be awarded the Contract, a copy of the SAM registration will be submitted with the price proposal. Contractor is to provide GSA with their DUNS Number and Tax Payers ID Number with the price proposal. Evaluation Factors for Award 1. Basis for Award Award will be made to the Offeror whose proposal conforms to all the requirements of the solicitation and is considered to be most advantageous to the Government, price and technical factors considered. For purposes of evaluation, the technical factors combined are equally important as price. As technical proposals become more equal in their technical merit, price becomes more important. The Government reserves the right to award a contract without discussions based upon initial proposals. Offeror's are therefore urged to provide their most competitive prices in their initial Price Proposals. 2. Technical Evaluation Offeror's will be evaluated based on its: 1) Experience - 40%, 2) Methodology - 30%, and 3) Management Plan and Key Personnel - 30%. The three combined technical evaluation factors together are as equally important as price. 3. Standard for Technical Evaluation The evaluation factor consists of three components: Experience, Methodology and Management Plan and Key Personnel. A. Experience - Weight 40% Description. This factor considers the Offeror's Experience in carrying out similar environmental audits. Standard: The standard is met when the offeror demonstrates that it has performed similar environmental audits on three projects in the last three years. Additional consideration may be given to those offers that demonstrate: 1) experience with NFPA and ICC Building Standards and codes, 2) experience in fire protection equipment, or 3) experience with federal facilities. B. Methodology - Weight 30% Description. This factor considers the Offeror's proposed methodology to accomplish environmental audits. Standard. The standard is met when the Offeror provides a clear and concise description of how it will perform the scope of work that demonstrates the Offeror's understanding of the scope of work and the applicable relevant laws and standards. Additional consideration may be given to Offeror's that demonstrate unique or innovative approaches to the scope of work and/or the applicable relevant laws and standards. C. Management Plan and Key Personnel - Weight 30% Description. This factor considers the Offeror's overall company structure and the expertise that its organization and individuals bring to performing the scope of work. Standard. The standard is met when the Offeror demonstrates that it is assigning the appropriate organization and individuals with the appropriate experience to performing the scope of work. Additional consideration may be given to Offeror's that perform 100% of the scope of work, or that provide key personnel that demonstrate experience with NFPA and ICC Building Standards and codes. 4. Price Evaluation The total evaluated price shall be the lump sum price for all solicitation requirements. The award amount will be the total price bid. In addition, costs will be evaluated to determine price reasonableness, realism and balance. Additionally on the price proposal sheet the Offeror's DUN's and Tax ID Numbers must be provided. Failure to complete the bid/sheet may result in an Offeror's proposal to not be considered for award. A. Price reasonableness is the measure of whether the prices proposed are excessive, based upon comparison with the Government estimate, and other measures of usual and customary prices for similar work or services. If any price component is found to be unreasonably high, the Offeror's Price Proposal may be rejected. B. Price realism is the measure of whether an Offeror can be expected to successfully perform for the dollar amounts proposed. If any price component is found to be unrealistically low, the Offeror's Price Proposal may be rejected. C. An unbalanced price proposal is one which materially understates certain price components and overstates others, such that the Government cannot reasonably determine whether award to the Offeror will result in the lowest total cost to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PMFC/GS-09P-12-NQ-M-0005/listing.html)
- Place of Performance
- Address: Various locations in California, Nevada, and or Arizonia., United States
- Record
- SN02826406-W 20120805/120803235328-07e992656f7403a93e074a67c411482d (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 |