Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

R -- Facility Condition Assessment on Building Systems

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-05-R-TA02
 
Response Due
5/16/2005
 
Archive Date
5/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-05-R-TA02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-03 and DFARS Change Notice 20050222. NRL has a requirement for Contract Line Item(s): CLIN 0001: The Contractor shall conduct a Facility Condition Assessment (FCA) on building systems in accordance with the requirements set forth in the Statement of Work, Quantity: 1, Unit: EA; CLIN 0002, The Contractor shall provide a Facility Condition Assessment Report in accordance with the requirements set forth in the Statement of Work, Quantity: 1, Unit: LO. The Statement of Work is as follows: The Contractor shall conduct a Facility Condition Assessment Report, FCA, on building systems, which will consist of roofing, piping, HVAC, electrical, fire protection, architectural, and structural systems including assessments of specific elements within each system. The work includes providing a FCA on forty-four buildings totaling 1,167,128 square feet. The contractor shall provide a survey team consisting of construction professionals to inspect the architectural, structural, mechanical, fire protection and electrical components of the buildings. Systems to be inspected include but are not limited to: exterior systems, i.e., walls, windows, roofing, doors, etc., interior systems, such as, walls, doors, flooring, visible structures, HVAC systems, exhaust systems, laboratory utilities, electrical and electrical distribution systems, plumbing systems, fire protection systems, special construction systems, and vertical transport systems. The FCA report must contain both an assessment of building systems replacement cycle for building renovation decisions and a detailed component replacement analysis based on component condition and its observed projected remaining useful life. The report must provide life cycle cost analysis to identify where excessive maintenance costs can be compared to component replacement or where multiple component replacement should be compared to system replacement. Facility replacement is not an option for analysis, this is a condition assessment not code compliance assessment. While components and systems replaced need to meet the American with Disability Act, the Energy Policy Act of 1992, and the Life Safety Code, this effort is strictly an existing component and system assessment and it does not include analysis to initiate new construction to bring buildings into code compliance. Where deficiencies are observed, the Contractor shall place them in condition categories such as the following: Failed or failing, poor, fair, good, or new/excellent condition. The Contractor shall provide an assessment predicting facility component life expirations using statistical guidelines and nationally recognized references for cost data to model building system costs. The Contractor shall inspect all the electrical panels in each building including, but not limited to, inspection with an infrared gun to detect hot spots and to correct any loose connection found in the panels. Deficiencies that will require less than 16 hours to correct will be reported to the Technical Manager for submittal using the NRL service call format. Descriptions of deficiencies need to be in sufficient detail for work crews to locate and correct the deficiencies. This includes deficiencies that are beyond the scope of service calls. Should the inspectors find an immediate life threatening or property-damaging situation they shall notify the Technical Manager within one hour of discovery. It is anticipated that delivery and acceptance will be conducted at the NRL, Washington, D.C. 20375, FOB Destination. The period of performance will be seventeen weeks from date of award broken down into the following milestones: The draft FCA must be submitted within eleven weeks of award. The government will require three weeks to review the draft. Upon completion of the government?s review, the contractor shall meet on site to receive and review documents within one week after being notified by the Government. All contractor personnel involved in inspection and report preparation process must attend the site meeting, unless otherwise agreed upon by both the Technical Manager and the Contractor?s Program Manager. The contractor shall provide final FCA report within two weeks after the site meeting discussing the Government?s comments. The contractor shall provide six copies of the final report and one copy that must be an electronic version, using a mutually agreed upon IBM compatible form of electronic media and software package. The Contractor shall also provide two copies of the draft and final service calls. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Company Experience - To facilitate evaluation of the proposals, the Contractor should provide convincing evidence of corporate experience in conducting facility inspections of the type required. In addition, the contractor should indicate past experience by citing examples of facilities inspected. The contractor should also provide examples of similar projects performed by the proposal team and the duties performed by each of the team members. If the proposed team has not worked together before, the firm should provide the experience of the individuals with their proven ability to work in a diverse team environment. 2. Personnel Qualifications ? To facilitate the evaluation of this factor, the contractor should provide professional certifications of individuals assigned that includes at a minimum mechanical/HVAC, cost estimating, electrical fire protection, and architectural/structural disciplines. 3. Past Performance - For evaluation purposes, the contractor should provide past performance information on contracts with Government agencies and private industry, which demonstrates quality of work. Demonstrating this should include letters of commendation/appreciation, list of contacts, and points of contacts and phone numbers of references. 4. Price. Technical and past performance, when combined, are equal to price. All offerors must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.204-7, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-44. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional clauses cited within this clause are applicable: 52.203-3. The following additional DFARs clauses apply: 252.212-7001, 252.232-7003, 252.243-7002, and 252.204-7004. In addition to the FAR and DFARS clauses listed herein, the following provisions are applicable and may be obtained in full text from the Contracts Office. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 30 July 2004, which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/home.htm. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). All questions regarding this combined synopsis/solicitation must be directed to the point of contact below and must be received no later than 10 calendar days before the response date of this solicitation. All interested parties must send one original and one copy of their SF-330, using the mailing address set forth herein, to the attention of Contracting Specialist, Code 3230.TA. All proposals must be submitted no later than 4 pm, local time, on or before the response date set forth herein. Questions regarding this announcement may be submitted via email, facsimile or mail, however, proposals submitted via email or facsimile will not be accepted. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm Note 1.
 
Place of Performance
Address: 4555 Overlook Ave. SW, Washington DC
Zip Code: 20375-5320
Country: U.S.A.
 
Record
SN00797663-W 20050430/050428212330 (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 |
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.