Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2005 FBO #1285
SOLICITATION NOTICE

99 -- fire alarm, fire extinguisher, and emergency lighting inspection, maintenance, testing and repair services

Notice Date
6/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
 
ZIP Code
20548
 
Solicitation Number
OAM-2006-N-001
 
Response Due
6/30/2005
 
Archive Date
12/30/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for fire alarm, fire extinguisher, and emergency lighting inspection, maintenance, testing and repair services for the U. S. Government Accountability Office at its headquarters in Washington DC. In addition to the information provided in this notice, there is an RFP Addendum that must be obtained by interested offerors which includes a detailed statement of work, additional contract clauses and submittal requirements to become eligible for award of the proposed contract. Offerors are requested to email the GAO POC (Brandon Levin, Contract Specialist at LevinB@gao.gov) to obtain a copy of the addendum. The Government plans to award an Indefinite Delivery/Indefinite Quantity contract established on the basis of firm-fixed fully-loaded rates for labor hour services and firm fixed inspection and testing prices. This is a Request for Proposals (RFP) OAM-2006-N-0001. I. SCOPE OF WORK. The requirements are summarized in four parts as follows (See RFP Addendum for detailed statement of work): 1.General Requirements. The scope of work covers the inspecting, testing, troubleshooting, installing, demolishing, repairing, maintaining, replacing, and relocating of fire alarm systems, fire extinguishers, emergency lighting, and some fire suppression systems for the GAO Headquarters Building. The contractor will provide all management, supervision, labor, supplies, materials, repair and replacement parts, equipment, and tools required to perform the specified repairs and unscheduled work of the firm alarm system. 2. Inspecting, Testing, and Maintaining the Fire Alarm System. The contractor shall have available at all times and located at the GAO headquarters facility, at least one qualified and capable on-site senior electrician to properly, adequately, and safely perform all work required under the terms of this contract. The contractor shall be responsible for providing a qualified senior electrician replacement when the primary senior electrician technician is unavailable for more than two consecutive days. The normal workday is eight hours and an additional thirty minutes for an unpaid lunch. All senior electrician(s) performing contract work shall be qualified and experienced in the installation, inspection, testing, and maintenance of addressable Class A fire alarm systems. All senior electricians must have at least three years experience installing or working on Class A addressable fire alarm systems of similar size (multiple control panels) as GAO?s. 3. Inspecting, Testing, and Maintaining the Emergency Lights. Each battery-operated emergency lighting unit shall be inspected on 30-day intervals, and annually, to ensure operation and compliance with NFPA 101 (2003) section 7.9.3 and 29CFR 1910 (i.e., OSHA). All inspections shall be documented and a copy provided to the COTR within ten days following the inspection. In particular, each unit shall be tested for at least 30 seconds during the 30-day test, and b. each unit shall be tested for at least 90 minutes annually. All inspections and testing shall be documented by the date of the inspection or test, unit location, findings, and other identifying media. 4. Inspecting, Testing, and Maintaining the Wet Chemical Suppression Systems in the Cafeteria. The contractor shall maintain and inspect the kitchen fire-extinguishing systems, and maintain and clean hood exhaust plenums and exhaust ducts associated with all fire suppression systems in the cafeteria in accordance with NFPA 96 (2004), Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations, Section 11-2, 11-3 and 11-4. B. Testing of this equipment must be coordinated 5 days in advance of the test with the COTR and the building CFM contractor. The scope of work includes and is not limited to the following: a. checking all actuation components, including remote manual pull stations, mechanical or electrical devices, detectors, actuators, and fire-actuated dampers, for proper operation during the inspection in accordance with the manufacturer?s listed procedures; b. replacing fusible links and automatic sprinkler heads at least semiannually, or more frequently, if necessary; c. inspecting the entire exhaust system for grease buildup by a properly trained, qualified, and certified company or person(s) semi-annually; d. cleaning contaminated portions of the exhaust system by a properly trained, qualified, and certified company or person(s) when deposits from grease-laden vapors are found; and e. providing a certificate showing the inspection date, the date cleaned, the name of the servicing company, and areas not cleaned II. FORMAT OF PROPOSALS: Proposals must contain: 1) the name, address, and telephone number of the offeror; 2) Representations and Certifications at FAR 52.212-3; 3); separate technical proposal that addresses all SOW technical requirements; 4) separate cost proposal that includes a price schedule with prices for each line item task and provide a fully loaded rates for each labor category; and 5) identification of at least 3 references, preferably references that include other government entities, professional services organizations, and/or commercial enterprises providing similar fire alarm services and complexity. Offerors must preface their proposals by an Executive Summary that ties in or correlates their technical proposal with the specific SOW criteria contained within this FedBizOpps notice. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required Representation and Certifications or reject the terms and conditions of the solicitation, may be excluded from consideration. III. PRICE SCHEDULE (See RFP addendum) IV. SPECIAL CONTRACT CLAUSES: (See RFP addendum). V. SOURCE SELECTION AND EVALUATION CRITERIA: FAR 52.212-2, Evaluation--Commercial Items. This is a best value procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the government, price and other factors considered. Proposals will be evaluated by applying the following factors: 1) Corporate Experience, Capability and Past Performance, 70 points and 2) Key Personnel: Senior Electrician and Electrician Helper, 30 points for a total 100 points (See RFP addendum). For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. VI. APPLICABILITY OF FAR PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offeror ?Commercial Items. Addendum paragraph (h) Multiple Awards?delete in its entirety, the government plans to award a single contract resulting from this requirement. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far). FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. Proposals will be evaluated in accordance with FAR Provisions 52.212-2, Evaluation of Commercial Items, price and other technical factors considered. And FAR 52.227-14?Rights in Data- General; (By reference) VII. PROCUREMENT SCHEDULE: It is recommended that offerors request the RFP Addendum within five working days of publication of this notice. The procurement schedule is contained in the RFP Addendum. VIII. SPECIAL PROPOSAL REQUIREMENTS. In addition to the applicable FAR provisions, GAO clauses, sample reference check form, evaluation criteria, scheduled site visit, and contract requirements (i.e., clauses, instructions, notifications, attachments, sample documents, certifications, etc.) will be added and/or incorporated as part of the proposed contract (See RFP addendum). IX. SUBMISSION OF OFFEROR?S TECHNICAL QUESTIONS. Offerors must submit all questions concerning this synopsis/solicitation in writing to Brandon Levin (Contract Specialist) after the scheduled site visit. GAO will conduct a site visit (non-mandatory) on June 9, 2005 at 10:00 am local time at the main headquarters building located at 441 G Street NW, Washington 20548. Firms planning on attending the site visit must notify Brandon Levin at levinb@gao.gov prior to June 9, 2005. The notification must contain the names and titles of the individuals planning on attending and the firm they represent. GAO will only respond to firms? questions in writing. Questions must be received within five business days after the site visit has been conducted. Offerors? questions will be responded to in an amendment to this notice. Changes to the RFP addendum as a result of questions received will be provided to the list of offerors that initially requested a copy of the document. X. POINT OF CONTACT. Brandon Levin (Contract Specialist), U.S. Government Accountability Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548. Telephone: 202-512-4075, FAX 202-512-3999 Email: (LevinB@gao.gov) XI. SUBMISSION OF OFFERS. Proposals must be submitted in two (2) physically separate and detachable (hardcopies or electronic files) parts; Part 1?Technical Proposal and Part 2?Cost Proposal. If the offeror elects to submit proposals in hardcopy, an original and 5 copies of both the technical and cost proposals must be submitted. Proposals are due with no exceptions unless this requirement is formally extended, on or before 2:00 pm (EDT) June 30, 2005 to: The U.S. Government Accountability Office, 441 G Street NW, Washington DC 20548, Attn: Brandon Levin (Contract Specialist) RFP No. OAM-2006-N-0001. XII. ELECTRONIC AND HANDCARRIED PROPOSALS. Electronic proposals will be considered timely only after the email providing the offeror?s complete requirement penetrates GAO?s firewalls and Hancarried proposals are ONLY accepted from Federal Express (FEDEX). These deliveries are made to either GAO?s mailroom for screening and processing or delivered directly to the office centralized mail stop. GAO cannot guarantee that FEDEX deliveries will reach the addressee prior to the closing of the RFP unless the delivery is FEDEX priority overnight two business days prior to the closing date of the RFP (also, see Late Proposal Clause, Attachment B in the RFP Addendum). Offerors must have a receipt which shows that its proposal was mailed for priority overnight delivery at least two business days prior to the closing date of the RFP: All offers shall be clearly marked with the Solicitation Number, offeror?s name, address, point of contact and phone number. FACSIMILE TECHNICAL AND COST PROPOSALS WILL NOT BE ACCEPTED. THE RESPONSIBILITY TO RECEIVE THE SOLICITATION REQUIREMENTS INCLUDING AMENDMENTS AND TO DELIVER PROPOSALS ELECTRONICALY WILL BE THE SOLE RESPONSIBILITY OF THE OFFERING OR REQUESTING FIRM. **
 
Place of Performance
Address: 441 G St., NW, Washington, DC,
Zip Code: 20548
Country: USA
 
Record
SN00819608-W 20050603/050601212656 (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.