Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2013 FBO #4254
SOLICITATION NOTICE

C -- Fire Protection Surveys in Region 9 - Package #1

Notice Date
7/16/2013
 
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-9P-13-NQ-M-0002
 
Archive Date
8/30/2013
 
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
Survey Summary Form Exhibit 4 Exhibit 3 Exhibit 2 Exhibit 1 This contract is set aside for small businesses ONLY. 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. The purpose of the survey is to verify compliance with the latest NFPA and UBC standards and 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 facility's 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. 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. Provide a listing by location of all non-compliant door hardware and delayed egress locks. Identify if proper signage are provided next to delayed egress locks. 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 may be provided after award of this contract. DRAFT REPORTS are to be submitted for each building at 95% completion no later than ten (10) weeks after Notice to Proceed is issued by the Contracting Officer, Deborah Bernsdorf. All reports are to be in MSWord format 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) Provide a summary of all corrective actions completed on previous fire survey findings in the fire survey report. 2) Using the ITM guidelines listed in NFPA's 10, 13, 20, 25, 70, 72, and 101, assess the completeness and accuracy of the latest monthly, quarterly and yearly inspection, testing and maintenance reports. Check fire protection systems records to determine if they are being inspected, tested and maintained per NFPA frequency schedule. Include copies of the maintenance contractors ITM records for the recent 12 month period in the appendix section of the report. Provide review comments on the thoroughness and accuracy of the inspection, test and maintenance reports. 3) Schedule the survey during the next fire alarm contractor's visit to the site and witness testing. 4) All deficiency findings shall be itemized with specific locations (for each finding), a budgetary cost estimate of each finding, referenced Life Safety Code sections, and a corresponding recommendation to correct deficient items. List RAC 3 findings first. Provide photos of significant findings. 5) Risk Assessment Codes (RAC) shall be assigned for each corrective measure. Refer to Exhibit 2 for guidance in determining RAC numbers. Note that RAC's 1 and 2 are used only when there is imminent danger to the occupants. If an Imminent Hazard (condition with Risk Assessment Codes 1 or 2) is identified, the condition shall be reported to the Property Manager and Senior Property Manager immediately for corrective action. 6) 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. Conduct a fire protection survey of the GSA Facilities described in the attached by a registered fire protection engineer, in accordance with the attached scope of work. All areas of the facility shall be surveyed, including building services (mechanical, electrical, telephone and storage spaces) and common spaces accessible to building tenants. The purpose of the survey is to verify compliance with the latest NFPA and UBC standards and 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 facility's 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. All proposals must be received by the Contracting Officer on or before the date and time in solicitation. Proposals must be hard copies in WSWord format and must include the services you are to perform and the cost of each building separately. All conditions in the scope of work must be included in the proposal to be considered. Contractor must be registered in the System for Award Management (SAM). To register go to https://www.sam.gov. Contractor must provide GSA with their DUNS Number and Tax Payers ID Number with the proposal. 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 no later than 4:30pm, Friday, August 15, 2013 and sent to: General Services Administration Safety & Environmental Branch 9P3PMS ATTN: Debbie Bernsdorf 4th Floor East 450 Golden Gate Avenue San Francisco, CA 94102 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) set of the technical/price proposal, each with original signatures. Awards may be made without discussion. Therefore, Offeror's are requested to submit their 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 and 5 below and include Offeror's DUN's and Tax Payer ID Numbers as well as being registered in System for Award Management (SAM), https://www.sam.gov. 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 reports will address all relevant laws and standard 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. Each building shall be priced out (total cost only). Contractor MUST BE REGISTERED IN THE System for Award Management (SAM), https://www.sam,.gov to be awarded the contract, a copy of the SAM registration will be submitted with the price proposal. The DUN's Number and Employee Tax ID Number must be on the bid/offer sheet 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 factor 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 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 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 fire surveys. Standard - The standard is met when the Offeror demonstrates that it has performed similar fire surveys on three projects in the last three years. Additional consideration may be given to those offer's 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 fire surveys. Standard - The standard is met when the Offeror provides a clear and concise description of how it will perform the scope of work and demonstrates the Offeror's understanding of the scope of work and the applicable laws and standards. Additional consideration may be given to Offeror's that demonstration unique or innovative approaches to the scope of work and/or the applicable 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 is 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 provides key personnel that demonstrate experience with NFPA and ICC Building Standards and codes. 3. Price Evaluation The total evaluated price shall be the lump sum price for all solicitation requirements. The award amount will be the total bid price. In addition, costs will be evaluated to determine price reasonableness, realism and balance. Additionally, on the price proposal sheet the Offeror's DUN's Number and Tax ID Number must be provided. A copy of the System for Award Management (SAM) registration, https://www.sam.gov, documentation must be provided with the bid sheet. 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 Officer can be expected to successfully perform for the dollar amounts proposed. If any price component is found to e 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-9P-13-NQ-M-0002/listing.html)
 
Place of Performance
Address: 1. Facility Name: Sandra Day O’Connor US Courthouse, Address: 401 W. Washington St., Phoenix, Arizona, Building No.: AZ 0303ZZ, ANSI Usable Area: 337,675 s.f. ANSI Rentable Area: 482,998 s.f., The Sandra Day O’Connor US Courthouse/Federal Building was dedicated in October, 2000 and first occupied in May, 2001. It has six stories and a full basement. It is rectangular in plan with a glass walled atrium protected by a smoke removal system. The entire building fully protected by a fire sprinkler system and a fire alarm system., 2. Facility Name: DeConcini US Courthouse, Address: 405 W. Congress St., Tucson, Arizona, Building No.: AZ 0307ZZ, ANSI Usable Area: 254,121 s.f. ANSI Rentable Area: 349,032 s.f., The DeConcini US Courthouse/Federal Building was dedicated in 1999 and first occupied in 2000. It has six stories and is constructed of brick, glass and stucco. It has two structures joined in the middle by an atrium. The entire building is fully protected by a fire sprinkler system and a fire alarm system., 3. Facility Name/Number: Glen Anderson Federal Building / CA0273ZZ, Addresses:501 West Ocean Blvd., Long Beach, CA, Amount of Useable Space: 172,395 square feet, Gross Area of Building: 306,260 s.f., The Anderson Federal Building is an 8 story building (100 ft. high) with one basement level. It has a total gross floor area of 307,567 s.f. It is a fireproofed steel frame structure with non-load bearing granite and glass panel exterior walls, and light weight concrete on steel pan roof with membrane tar and gravel cover., 4. Facility Name / No.: Roybal Federal Building and US Courthouse / CA0283, Address: 255 East Temple St., Los Angeles, CA., Building No.: CA0283ZZ, ANSI Usable Area: 513,705 sq.ft. ANSI Rentable Area: 743,241 sq.ft., Constructed in 1991 and opened for occupancy in 1992, the Roybal Federal Building and US Courthouse consists of twenty two (22) stories of mainly courtrooms and office space. It has three basement levels of parking space basement. Each occupied floor has two mechanical rooms. This facility is fully sprinkled and has a fire alarm system connected to a central monitoring station., 5. Facility Name/Number: IRS Fresno Service Center / CA4664ZZ, Address:5045 East Butler Ave., Fresno, CA, Amount of Leased Space: 532,000 square feet, Gross Area of Building: 532,000 sq.ft., Constructed in various stages during the 70’s, the IRS Fresno Service Center has five (5) one-story buildings connected by fully enclosed walkways. There are open atriums between buildings. Building two, the largest building, has a mechanical penthouse located on the 2nd level. All buildings are protected by a fire sprinkler system, a fire alarm system, and portable fire extinguishers throughout the facility. This facility is highly secured and requires visitors to be escorted at all times., 6. Facility Name/Number: Clifton Young Federal Building & Courthouse/NV0012ZZ, Addresses:300 Booth St., Reno, NV, Area of Building: 133,435 gross sq.ft., Renovated about 4 years ago, the Clifton Young Federal Building and US Courthouse consists of 5 floors. It is protected throughout by a supervised fire sprinkler system and is equipped with an automatic fire alarm system. Emergency power system is provided for life safety systems and elevators., 7. Facility Name/Number: Lloyd George Federal Building & Courthouse/NV0304ZZ, Addresses:333 Las Vegas Boulevard, Las Vegas, NV, Gross Area of Building: 170,870 sq.ft., Constructed in 1998, the Lloyd George Federal Building and US Courthouse consists of 8 floors, a basement and a penthouse. It has a gross area of 454,885 sq.ft. with a rentable area of 373,773 sq.ft. Most of the basement is used for parking. It is protected throughout by a supervised fire sprinkler system and is equipped with an automatic fire alarm system. Engineered smoke control systems are provided for the high rise stairs. Emergency power system is provided for life safety systems and elevators., 8. Facility Name: Otay Mesa Border Station, Address: 2500 Paseo International Border, San Diego, California, Building No. Building NameGross Area, sq.ft., CA0267Otay Mesa Main Bldg45,947, CA0268Secondary Inspection Bldg53,095, CA0269Pedestrian Crossing71,714, CA0275Bird Quarantine Bldg3,053, CA0289Commercial Office Bldg146,937, CA0299Warehouse2,384, CA0300Hazmat Inspection Building3,769, CA0308Customs Cargo Bldg1,000, CA0315USMS Seized Vehicle Bldg60,250, Totals388,149, 9. Facility Name: San Ysidro Border Station, Address: San Ysidro, California, Building No. Building Name Building Address Usable area Rentable Area,sq ft., CA0585GGCommercial Bldg410 Virginia St., San Diego8,137 8,584, CA0586GGCustoms Building406 Virginia St., San Diego10,43510,923, CA0588GGNew Main Bldg720 E. San Ysidro, San Ysidro136,890168,841, CA0581GGExist. Main Bldg801 E. San Ysidro Blvd., San Ysidro9,93724,526, 10., Facility Name: Yuma Leased Buildings, AZ5128 Various Fed Agencies1940 S. Third Ave. &18,74021,552, NE 19th St (2 locations), AZ6566Customs3911 Pico Ave.,7,4358,320, AZ6907GSA780 39th Place9,6039,603, AZ6920IRS2450 S 4th Ave. 2,7732,825, United States
 
Record
SN03117210-W 20130718/130716234741-bb965508eb699f72f86bf0133dc46cdc (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.