Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Fire Protection Engineering Services

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NCR - National Capital Region 1100 Ohio Drive SW Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
N3000080007
 
Response Due
1/15/2008
 
Archive Date
12/12/2008
 
Point of Contact
Rocky Newton Contract Specialist 2026196393 rocky_newton@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), National Capital Region (NCR), 1100 Ohio Drive, SW, Washington, DC, 20242, is seeking (a) qualified engineering firm(s) or organization to provide Fire Protection Engineering Services under an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Professional registration or certification in the District of Columbia, Virginia, Maryland and West Virginia is required, based on project location. The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, with a small business size of $4,500,000. This solicitation is open to small and large businesses. REQUIRED PROFESSIONAL DISCIPLINES: Fire Protection Systems (Detection, Suppression & Annunciation) and Life Safety design. Related services may include, but not be limited to: Civil, Mechanical, Structural, Electrical Engineering Design, Architectural Design and CADD drafting (use of AutoCAD and Microstation), and Cost Estimating and Project Scheduling. Use of Microsoft (MS) Word (word processing), MS PowerPoint (presentation), MS Project (scheduling), and construction cost estimating software, etc. may be required in the performance of task order requirements. PRIMARY SERVICES: Shall consist of, but not be limited to: feasibility study, condition assessment, on-site system testing, pre-design, design, supplemental and construction management services. A) Title I Services may include project scoping and programming, preparation of conceptual, schematic, and preliminary design documents including: outline specifications, preliminary and line-item construction cost estimates, submittal schedules and projected construction schedules. Projects may require investigation of existing conditions, knowledge and research of applicable industry regulations and codes; preparation of condition assessments and code compliance assessments, site and building surveys, hydrant flow, hydraulic, hydrostatic and functionality testing, preparation of schematic rehabilitation and treatment recommendations, preliminary fire protection system(s) design, (smoke, heat and fire detection, annunciation, fire suppression), emergency communications system design and design for specific code-compliant repairs or system upgrades, and related site planning and pre-design. Supplemental services may include feasibility and value analysis and value engineering studies, assessment of structural life safety systems, energy and life cycle cost analysis, hazardous material studies, architectural or historical architectural conditions assessment and associated professional or regulated services to accomplish specific project requirements. B) Title II Services may include design development of approved Title I Service work including, but not limited to: preparation of detailed construction drawings, specifications, bid schedules, submittal schedules and projected construction schedules. Deliverables of Title II services shall be prepared for bidding purposes. C) Title III Services may include providing construction management services such as submittal review, site inspection, periodic reporting of field observations, warranty assessment, and post-construction evaluation of system performance. Task Order performance periods may frequently be of short duration, i.e., 30-60 days for Title I work and 90-120 days for Title II up to and including submission of draft and final deliverables. Title III performance periods may vary based on construction project duration and system warranty period. AWARD CONSIDERATIONS: The Government intends to award a single contract from this announcement. An IDIQ contract is contemplated covering a base period of one (1) calendar year from contract award date, with four additional one-year option periods. Work will be ordered by issuance of firm-fixed price or not-to-exceed type task orders. The maximum ordering limitation per contract awarded will be $2,500,000.00 for the life of the contract. The guaranteed minimum per contract award for the life of the contract, which includes the base period and all options exercised, is $10,000.00. LOCATION AND TYPES OF PROJECTS: Projects will be located in the National Capital Region (NPS-NCR) encompassing portions of Washington DC, Virginia, Maryland, and West Virginia. However, other NPS Contracting offices may also be permitted to issue task orders against this contract. CODES, REGULATIONS AND STANDARDS: Projects require direct knowledge of, and experience complying with, National Park Service Director's Order-10A Design and Construction Drawings, Director's Order and Reference Manual-58 Structural Fire Management, as amended and in Director's Order 50B, Reference Manual 50B, Section 12, National Fire Protection Association (NFPA) Codes and Standards, 36 CFR Part 68: Secretary of the Interior's Standards for the Treatment of Historic Properties, Secretary of the Interior's Standards for Rehabilitation; and comprehensive knowledge of and direct experience with historic preservation philosophy in the United States, as expressed in the above documents. Projects require direct knowledge of, and experience in complying with the International Building Code (IBC) family of codes including, but not limited to: International Building Code, International Existing Building Code, International Mechanical Code, ICC Electrical Code, International Fire Code, and International Plumbing Code. Firms shall expect to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. The Government will not indemnify the firm(s) selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will not be included in the contract. Selection of firm(s) for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection board of the National Park Service personnel based upon the following specific evaluation criteria, listed in descending order of importance: 1. Specialized and extensive experience and technical competence of the prime contractor and any consultants in type of work required under this contract. The proposed work may be of short duration or may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. 2. Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; the prime contractor will be required to have a licensed fire protection engineer assigned to this contract on permanent staff. The prime contractor will also be required to have a registered professional engineer on permanent staff or under subcontract. The professional disciplines that are required include: engineering (civil, environmental, electrical, fire protection, mechanical, and structural), architecture and cost estimating. 3. Specific past performance records of a minimum of five (5) years on previous Fire Protection Engineering work performed for federal, state and local government agencies, and private industry documenting the firm's quality of work, history of meeting performance schedules, ability to control both design staff and project proposed and final design costs, and the ability to develop creative and sensitive solutions to unique historic building problems. References provided may be contacted as part of the evaluation process. 4. Capacity to Execute Task Order Requirements within Stated Performance Period: Demonstrate a proven track record for a minimum of five (5) to successfully satisfy client project requirements within specified project timeframes. Documentation shall reflect a history of meeting performance schedules. Identify design team members, performance period(s), scope of projects, and start/end performance dates. 5. Geographic proximity to the National Capital Regional Office in Washington, D.C. of fully-staffed professional offices and familiarity with local history, construction methods, environmental and historical regulations, and local and state permitting and review processes. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) and substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 2:00 p.m. Eastern Standard Time, January 15, 2008 at the following address: National Park Service; Attn: Rocky Newton, 1100 Ohio Dr., SW Washington, DC 20242. Note: This is not a Request for Proposals. The Federal Acquisition Regulation website is www.arnet.gov. The website to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. All responsible sources may submit an offer, which will be considered by the Government.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2770853)
 
Place of Performance
Address: The primary area of coverage is Washington, D.C., Maryland, Virginia, and West Virginia. See description for detailed requirements.
Zip Code: 20242
Country: USA
 
Record
SN01469662-W 20071215/071213225208 (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.