Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
MODIFICATION

C -- Fire Protection Services

Notice Date
1/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14FIREPROTECTION
 
Archive Date
3/13/2014
 
Point of Contact
Sonya C. Fields,
 
E-Mail Address
fieldssc@state.gov
(fieldssc@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SEE BOLD TYPE FOR CHANGES TO THIS ANNOUNCEMENT. Q&A WILL BE POSTED NO LATER THAN TUESDAY, FEBRUARY 5, 2014. The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least four indefinite quantity/indefinite delivery contracts to provide fire protection engineering design, construction progress inspections, and acceptance testing of fire protection systems/equipment for facilities which support our mission worldwide. These contracts are for design and/or inspection of construction projects. This is not for any type of construction. This is 100% set-aside for small businesses. All four contracts will be awarded to small business. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $500,000 per year. The contract is for the following services related to fire protection, fire alarm/detection, and life safety: Plan and specification review, shop drawing submittal review, hydraulic calculation review, fire alarm/detection system design, progress inspections of building construction to determine code/contract compliance, fire pump testing at factory prior to shipment overseas, final acceptance tests for fire/life safety systems, fire protection code analysis, fire modeling, exit modeling and custom programs. Firms will be expected to perform fire protection testing as well as observe testing. Tasks may involve travel to diplomatic posts, conducting facility, utility and infrastructure assessments. The following disciplines are required, at a minimum and are required to be licensed, if appropriate: Fire Protection Engineer, Fire Protection Systems Technicians and Cost Estimating. Security Clearance Requirement - IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors, including all entities which comprise a joint venture, and the joint venture itself, must possess or be able to obtain a Defense Security Service (DSS) Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors already possessing a Top Secret FCL must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Uncleared firms selected for contract award will be sponsored by Department of State for an FCL at the Top Secret level. Secret cleared selected firms will be sponsored for an upgrade to TS. Sponsorship does not guarantee that the firm will receive the clearance. A period of six (6) months from the date of sponsorship will be allowed for selected firm(s) to obtain an Interim or Final Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract to a selected but uncleared offeror. Contract award cannot be made until the selected firm(s) have been granted a Top Secret FCL. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Top Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: two copies of Standard Form 330, Architect-Engineer Qualifications and two copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors listed below, one of which should contain an original signature. Two CD's with all the information shall also be submitted. Firms responding to this announcement on or before the closing date shall be considered for selection. Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria - 100 points maximum: a) Professional qualifications necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes. The project manager proposed must be currently employed by the offeror. The staffing table shall provide details for staffing the following labor categories; Project Manager, Fire Protection Engineer, Fire Alarm Technician, Fire Protection Systems Technician, Fire Protection Specialist - 25 pts. b) Specialized recent experience, within the last three years, and technical competence in fire protection engineering services. The offerors shall indicate expertise in Fire Protection Engineering, i.e., the International Building Code, Fire Protection Systems, Fire Alarm Systems, Fire Modeling, Exit Modeling, Building Code Analysis, Operation/Installation of fire alarms, fire pumps and sprinkler systems. Provide examples of no more than seven projects - 25 pts. c) Capacity to accomplish the work in required time. Organizational capability and resources (physical space and personnel) to undertake several projects simultaneously. - 20 pts. d) Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables - 10 pts. e) Past performance demonstrating conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. - 20 pts. For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number and e-mail address of a client representative and identify which members of the proposed design team participated on the project. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System Code is 541330. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Ms. Chrissie Fields, not later than 2:00 p.m. Eastern Standard Time on January 27, 2014. The e-mail address to submit clarification questions is Fieldssc@state.gov. All submittals must be received by 2:00 p.m. Eastern Standard Time, on February 26, 2014. U.S. Postal Service mailing address: Ms. Chrissie Fields, U.S. Department of State, A/LM/AQM/FDCD/AEB, 4th Floor SA-6A, 1735 North Lynn Street, Arlington, VA 22209. Courier address (Federal Express, UPS, etc): Ms. Chrissie Fields, U.S. Department of State, Office of Logistics Management, 1735 North Lynn Street, 4th Floor, SA-6A, Arlington, VA 22209. NOTE: Contractors and Couriers do not have access to the 4th floor of this building. Ensure that you email or call (703) 516-1960 to arrange for delivery of documents so that someone can be present in the Lobby to receive them.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14FIREPROTECTION/listing.html)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN03278243-W 20140201/140130235445-2ed20bbd61908e27e0bc34a5c41342cd (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.