Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

C -- Security Engineer Consultant Services.

Notice Date
6/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
08SP811406
 
Response Due
7/11/2008
 
Archive Date
6/16/2009
 
Point of Contact
Pearl Wray Contract Specialist 3034452427 pwray@do.usbr.gov;
 
Small Business Set-Aside
Total HUB-Zone
 
Description
A. This solicitation is for one (1) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECT and ENGINEER (A&E), Fixed-Price, Service Contract. Core Requirements will consist of, but are not limited to: A&E Consultant Services comprised of Scoping and Site-Surveying efforts at various West Coast sites; Engineering Site-Survey tasking; preparing Design and Specification packages; Conducting Value Engineering Study and generating Reports; Conducting Training and preparing Training-Related Material; performing Installation-Phase Project Management; ensuring Installation-QA/Safety Inspection and Reporting; preparing System Testing and Reporting, and providing Post-Construction Support. B. The proposed contract is being solicited as a competitive HubZone Small Business set-aside contract. The small business size standard classification is NAICS 541330, Employee Size Standard $4.5M. One (1) contract award will be made from this synopsis (08SP811406). The resultant contract will be Firm Fixed-Price, IDIQ type. The duration of this contract will be for one (1) year from the date of the initial contract award, with four (4) one-year option periods, for the same basic professional skills and services. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the prospective contract. The total A&E fee that may be paid under this contract is expected to range between $1 million and $5 million. C. The minimum guarantee for the entire contract term (including all options years) will be satisfied by the award of the initial Task Order. The A&E firm must demonstrate actual qualifications with respect to the performance areas described herein. The Contractor's task shall vary according to the specific project needs at the time a tasker is issued against this contract. The specific tasks for any tasker may include any combination of the following Nine (9) Performance Areas: (1) Scoping Site-Survey - Comprised of but not limited to: review of existing physical and electronic security system(s) to identify deficiencies and required improvements needed to meet the requirements of Reclamation Decision Documents; provide Security Advisory Team Report recommendations, and other requirements; Identify vulnerable assets and mitigation strategy(s); collect the current vulnerability studies and all pertinent information necessary to validate the studies through document review; and to develop and prioritize recommended security upgrades based on results of the data review and site visit(s). DELIVERABLES for this performance area are: Health and Safety Plan; Job Hazard Analysis; Schedule of Activities; Scoping Site-Survey Report. (2) Engineering Site-Survey - Comprised of but not limited to: obtain and review existing project data to include drawings and reports relevant to the project. The purpose of the Engineering Site Survey is to gather all information and data required to produce a final design package based on the concept design accepted or provided by the. It shall be wholly the responsibility of the Firm/Contractor to gather all required information and data and/or to clearly identify any open issues, requests for additional information, and assumptions or constraints which may impact the final design and or project costs. The contractor shall document in the Engineering Site Survey Report the participants, activities and results of the survey and report any variances or other conditions which require changes or adjustments to the assumptions or the Site Survey Report (as needed to meet the stated performance or risk mitigation requirements). The report shall document changes to the site, or conditions that with the potential to affect installation or performance of the proposed security system. Identify and document all available power sources (including actual capacities), conduit runs, and communication pathways and equipment (including actual capacities), which are assumed to be available for support of the contactor's mitigation strategy as described by the Concept Level Design. Where exact description(s) of existing infrastructure and/or site-conditions is not possible, the documentation shall include all conditions and assumptions which may impact material quantities and labor during installation and commissioning of the final system design. Identify and document all physical and material conditions and constraints which have the potential for impacting demolition, installation and material quantities or labor during the installation of infrastructure or equipment required by the Strategy for Mitigation of Risks to vulnerable assets. A simple example of this would be the height above grade, or other safe work platform, of a camera installation which could impact labor and equipment costs. More complicated examples would be existing conduit serviceability, soil conditions or the location of sub-surface utilities. (3) Design and Specification Package - Comprised of but not limited to: all engineering and design services needed for the purpose of solicitation of installation contract; installation of the security system; and the connection, configuration, testing and commissioning of all system components and supporting infrastructure. In addition, the contractor shall provide training plans and materials, and operations and maintenance manuals as a part of this task. THE DESIGN AND SPECIFICATION PACKAGE SHALL AT MINIMUM INCLUDE: The firm shall submit for review and approval a complete set of design drawings suitable for installation of (but not necessarily the configuration/programming of) all system components without reference to additional documents. Drawings shall identify all equipment, material, hardware, software, and installation requirements including locations, mounting details and connection details on site-specific plans and elevations. Drawings shall include a unique position designator for each piece of equipment, field device, and conduit/conductor run for tabulation in a Bill of Materials and the development of a detailed cost estimate. The contractor shall submit for review and acceptance the design drawings at the 50% and Final Design levels. Both of these designations are arbitrary, approximate and subject to flexibility. The intent of the 50% submittal is to reduce risk to both the contractor and the Government by assessing the contractor's understanding of Reclamation's requirements, and the ability of the contractor's design to meet the Government's needs and requirements. Both of these required submittals shall be subject to the Government's review, comment and acceptance process and shall not be considered eligible for compensation until acceptance is issued by the Contracting Officer. Contractor's design shall conform to all applicable codes and ordinances. All electrical design, including the sizing and placement of conduit, raceways and conductors, shall be in accordance with NFPA 70: National Electrical Code, current version, unless local codes establish more stringent requirements. (4) Value Engineering Study and Report - To include but not limited to: Reclamation requires that value Engineering (VE) be performed on all projects where the construction cost is greater than $500,000. This study shall bring together, in a high performance team environment, five to seven people who are knowledgeable in the subject matter, but not previously involved with the specific activity being studied. The VE team shall collect relevant information, analyze the functions of the activity, creatively generate functional alternatives, critically review the ideas, select the best ideas, and develop and present them to managers of the activity studied. This effort is usually accomplished in about five (5) working days. The contractor shall use the US Dept of Interior Value Engineering Guidance Handbook http://www.usbr.gov/pmts/valuprog/form_ve-1.pdf, for guidance in conducting and reporting the Value Engineering Study. DELIVERABLES under this performance area are: Draft Value Engineering Report, Final Value Engineering Report, and On-site presentation of VE Study Results. (5) Training - To include but not limited to: training will include at least four specific training courses/areas (i) Operator's Training I, (ii) Operator's Training II, (iii) System Manage Training, and (iv) Maintenance Personnel Training. Within these training areas the firm will provide system-specific and functional training for the owners' management, security, maintenance, information technology, and system administration personnel. The Contractor shall provide this training on-site prior to Reclamation's final acceptance of the project. The training shall not commence until after submittal and acceptance of the Performance Verification Test Report. The contractor shall coordinate the training schedule with the Contracting Officers Representative (COR). Schedule shall include dates and times for each phase of training. The training schedule shall be shall be updated and submitted for approval thirty (30) days prior to each training phase and after final coordination of dates with the COR. The Contractor shall develop and submit for acceptance a plan for its training program for training staff and its Contractors in the maintenance and use of the furnished systems, equipment, hardware, and software. Lesson plans and training manuals for the training phases including type of training to be provided, a list of reference material, and student testing materials shall be submitted for acceptance. Acceptance of the planned training schedule shall be obtained from Reclamation at least 30 calendar days prior to the training. Training shall be provided on-site using the equipment intended for the respective site. The Contractor shall conduct training courses for designated personnel in the maintenance and operation of the system as specified. The training shall be oriented to the specific system being installed. Training manuals shall be delivered for each trainee with two (2) additional copies delivered for archiving at the project site. The manuals shall include an agenda, defined objectives for each lesson, and a detailed description of the subject matter for each lesson. The Contractor shall furnish audio-visual equipment and other training materials and supplies. Where the Contractor presents portions of the course by audio-visual material, copies of the audio-visual material shall be delivered to Reclamation either as a part of the printed training manuals or on the same media as that used during the training sessions. A training day is defined as either (8) hours of classroom instruction, including two (2) 15-minute breaks and excluding lunchtime, Monday through Friday, during the daytime shift in effect at the training facility. For guidance in planning the required instruction, the Contractor shall assume that attendees will have a high school education or equivalent, and are unfamiliar with the new security system installed under this contract. (6) Installation-Phase Project Management - Comprised of but not limited to: provide a Project Manager (PM) to perform construction administration services. The PM shall coordinate with the site owner and installation contractor for lay-down areas, facility use/policy issues, work schedules, emergency procedures, safety concerns, logistics, etc. The PM shall review all Installation Contractor work to determine compliance with the requirements of the Installation Contract. The PM shall provide review of and comment on all work conducted by the installation contractor in punch list format. This report shall be made weekly and shall be based on the weekly report submittals of the Installation Contractor. The PM shall review Installation Contractor submittals (Request for Information, Request for Change, Invoices, Project Schedule Updates, Schedule of Values, Personnel Rosters, Weekly/Monthly Reports, etc) and provide comments to the COR and CO as a part of the PM's weekly report. DELIVERABLE under this area is Weekly Reports. (7) Installation-QA/Safety Inspection and Reporting - comprised of but not limited to; provide an On-Site Inspector (OSI) to perform construction inspection and documentation services. The OSI shall coordinate with the site owner and installation contractor for lay-down areas, facility use/policy issues, work schedules, emergency procedures, safety concerns, logistics, etc. The OSI shall review all Installation Contractor work to determine compliance with the requirements of the Installation Contract. The OSI shall provide review of and comment on all work conducted by the installation contractor in punch list format. This report shall be submitted weekly to the Project Manager and shall be based on the weekly report submittals of the Installation Contractor. The OSI's weekly report to the Project Manager shall include comment on the previous week's work progress, requirements for prosecuting the upcoming week's planned work, and shall report the status of open issues, and actions observed on-site. Once monthly, the OSI's weekly report shall provide review and comment on the Installation Contractor's Project Schedule. The OSI's report shall include an assessment of the Installation Contractor's actual progress against scheduled milestones and the assessment of the Installation Contractor's ability to complete the contract activities within the current performance period. The OSI shall recommend and document final acceptance of completed and approved work conducted. Final acceptance is dependent upon, but limited to the following: demonstration that all systems and equipment, function appropriately. Final acceptance will be in the form of a letter to the Project Manager. The OSI shall provide management of Installation Contract documents and documentation to include but not limited to: correspondence, reports, meeting minutes, and as-built drawings. (8) System Testing and Reporting - The contractor shall provide personnel to conduct and document the Performance Verification Testing (PVT) and the Endurance Testing of the installed security system. The personnel provided shall be manufacturer-specific, certified designer(s) and/or installer(s) of the system/sub-system/equipment being tested, to include hardware, firmware and software. Testing shall follow the requirements and protocol of the PVT and Endurance Test Plans. DELIVERABLES for this area are: Performance Verification Test Report, and a Endurance Test Report. (9) Post-Construction Support - QUALITY ASSURANCE DURING WARRANTY PERIOD: during the warranty period, the contractor shall maintain all applicable warranty documentation, assist the owner in warranty matters, and conduct quarterly evaluations of systems performance to ensure the client's system users reach an optimal level of comfort and effectiveness in system utilization. The contractor shall monitor and verify warranties for equipment and/or work and effective dates thereof to facilitate exercise of appropriate warranty measures on the Bureau of Reclamation's behalf. The warranty period shall be one (1) year from the date of acceptance. SOFTWARE AND FIRMWARE UPGRADES: the contractor will ensure all software and firmware upgrades and releases are installed properly in a timely manner. POLICIES, PROCEDURES AND POST ORDERS: to develop, in conjunction with SSLE, the owners' administration, and operations team, operating scenarios, policies, procedures and post orders aimed to help operate the facility efficiently, and consistent with the mission; including system- specific operational requirements for Control Center Operators. DELIVERABLES for this area are Quarterly Evaluation Report, Status Report on Firmware/Software Updates, and Recommendations for Policy and Procedures. D. Key Personnel: The following is a list of Key Personnel for the resultant contract: Program Manager; Project Manager; Sr. Design Engineer; Sr. Engineer; Engineering Technician; Electrician Technical Writer; Cost Estimator; Drafter II; Drafter IV, and Inspector. Note: Design documents shall be produced to ensure constructability by a construction company to the specialized site defined specifications. All other services shall be applicable to the engineering firm selected. Some relatively small projects with quick turnaround times should be anticipated. E. The firm must demonstrate qualifications with respect to the evaluation factors stated herein. The A&E must demonstrate each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Pertinent statements relative to the evaluation factors shall be included in Part H of Form SF-330. Superfluous information is discouraged. All information must be included in the SF-330. Attachments, other than those requested, which are not a part of the SF-330 will be excluded from this evaluation. F. SPECIFIC EVALUATION FACTORS INCLUDE: (1) Professional qualifications of the firm's proposed personnel and its sub-consultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract shall not exceed two each for discipline; shall identify anticipated role in performing contract work; shall show specific location of each person's assigned office; shall only list work experience applicable to this contract; and shall list specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent (within the last five years) experience of the firm (including sub-consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed subconsultants/associates. In Part F of SF-330 provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving civil engineering designs or evaluations. Each project listed shall include a list of the persons from the resume section who worked on the project and briefly describe their role in the project. (3) Capacity to accomplish the work in the required time. Describe your knowledge of the work area as it pertains to work describe in this synopsis. Address your ability to respond to requests for proposals (RFP's) within 14-30 days and your ability to accomplish the work should an accelerated design schedule be imposed. Provide 3-5 page maximum, narrative and/or chart or graph showing the anticipated backlog of work over the next six-month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide 2-3 page maximum for your firm and sub-consultants that describes office automation support and systems and other supporting equipment (i.e. AutoCAD, Surveying). Provide evidence that your firm is permitted by law to practice the profession of engineering in the state of residence, i.e. state registration number. (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendations received for the specific projects identified on the SF-330. (5) Quality and cost control. Provide a one-page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and sub-consultants. Provide an example of your quality control program in action. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specification. G. The Government intends to evaluate qualified firms, and make final selection in accordance with Federal Acquisition Regulation (FAR) 36.6. H. Firms that meet the requirements described in this announcement are required to submit 4 (four) copies each of completed SF-330, and all supporting back-up documents. List proposed sub-consultants on the SF-330, who are expected to contribute significantly to the contract. I. All Firms are advised that registration in the Central Contractor Registration (CCR) database is required prior to award of a Government contract. Failure to register in the CCR may render your firm ineligible for award (in accordance with FAR 4.11 - Central Contractor Registration). J. The closing date of this announcement is July 11, 2008. Firms must submit completed forms (hard copies) to this BOR office by 4:00p.m. MT on the closing date specified herein. Electronic (Email, facsimile, etc) submissions ARE NOT authorized. K. All questions/inquiries regarding this synopsis/solicitation shall be submitted in writing to: pwray@do.usbr.gov. Responses to all questions/inquiries will be posted via an offical Amendment, and will be posted aginst this synopsis/solicitation, on this website. End of Combined Synopsis/Solicitation 08SP811406
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82418c5d910f110972fc0d0c9cd370d1&tab=core&_cview=1)
 
Place of Performance
Address: Throughout Bureau of Reclamation, Exact Sites TBD.
Zip Code: 802250007
 
Record
SN01594121-W 20080618/080616215704-82418c5d910f110972fc0d0c9cd370d1 (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.