SOLICITATION NOTICE
C -- Life Safety Assessment and Fire Hazard Analysis - Willamette Valley Projects
- Notice Date
- 7/24/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-08-Q-0104
- Response Due
- 8/6/2008
- Archive Date
- 10/5/2008
- Point of Contact
- Kathleen Seitz, 503/808-4628
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION. The U.S. Army Corps of Engineers, Portland District, intends to award a contract for Life Safety Assessments per NFPA 101 and Fire Hazard Analysis per NFPA 72 at eight powerhouses in the Willamette Valley, Oregon. An architect-engineer purchase order shall be awarded for the accomplishment of the required services. This announcement is open to all businesses regardless of size. The estimated start date for the services is September 1, 2008, with all services to be completed by January 1, 2009. To be eligible for contract award, a firm must be registered in the DoD Central Contract Registry (CCR). Register via the CCR Internet site at http://ccr/edi/disa/mil or by contacting CCR Assistance Center at 1-800-227-2423. 2. SERVICES TO BE PROVIDED. The Corps of Engineers operates flood control and power generation hydroelectric facilities on various tributaries of the Willamette River. Powerhouses were built at various times over the last 70 years, and the Corps has installed and upgraded various systems over the years. A comprehensive review was last conducted in 1989. Eight powerhouses are to be addressed under this purchase order: Dexter Dam, Green Peter Dam, Lookout Point Dam, Detroit Dam, Big Cliff Dam, Hills Creek Dam, Cougar Dam, and Foster Dam. Under this purchase order the Contractor shall conduct a comprehensive on-site analysis of each of the powerhouses. The analysis shall be conducted per EM 385-1-1, Safety and Health Requirements Manual (latest edition); NFPA 101, Life Safety Code; 29 CRF 1910, Occupational Safety and Health Administration General Industry Standards, Subpart F; NFPA 835 Recommended Practice for Fire Protection for Hydroelectric Generating Plants; MIL-HDBK-1008C, Fire Protection for Facilities Engineering, Design, and Construction; and all other applicable Codes and Standards. 3. SELECTION CRITERIA. Selection for this project will be based upon the following criteria. Criteria a through d is of descending value. Criteria e will only be used as a tie-breaker among technically equal firms. a. Specialized Experience. The Contractor shall demonstrate specific experience related to the performance of life safety assessments, fire hazard analysis, and maximum credible fire assessments, including application of the cited guidance. Demonstrated experience shall be evaluated for relevance, timeliness, and application of cited guidance. b. Professional Experience. Professional qualifications of key personnel to be assigned to this contract will be evaluated, taking into consideration education, professional registration and/or licensure, and longevity of relevant experience. The contract employee assigned to perform the required life safety analysis and fire hazard analysis shall be a registered professional fire engineer and shall have at least fifteen (15) years demonstrated experience in large industrial facilities. The employee shall have experience providing Fire Hazards analysis and Life Safety Assessments for the USACE in hydroelectric powerhouses. c. Past Performance. Past performance on Government and private industry contracts with respect to cost control, quality of work, and compliance with performance schedule. d. Capacity and Management. The capacity to perform the required services within the required time, the flexibility to add resources when required, and strength of project management to include communications, project tracking, and issue resolution shall be clearly documented. e. Location. In the event of a tie, the general geographical location of the firm with respect to other firms and the Portland District will be considered. 4. ADMINISTRATIVE. Firms which meet the requirements described in this announcement are invited to submit one copy of Part I and Part II of the SF 330 (6/2004) for the prime and all consultants, to the below address not later than close of business on the 15th day after the date of this announcement. If the 15th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. Address for submission is USACE Portland District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR 97204-3495. This procurement is open to both large and small businesses. The small business size standard for this procurement is a firm with average annual sales or receipts, including all affiliates, for the preceding three years not in excess of $4.5 million. Address for submission is USACE Portland District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR 97204-3495. Technical questions should be directed to Mr. Steven Sipe (503) 808-4957. Administrative questions should be directed to Kathleen Seitz (503) 808-4628. This is not a request for proposal. Solicitation packages are not provided. Reference W9127N-08-Q-0104. NAICS 541330
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69bdf30de37f07f013be81a8fc029f97&tab=core&_cview=1)
- Place of Performance
- Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Zip Code: 97208-2946
- Record
- SN01622574-W 20080726/080724223550-69bdf30de37f07f013be81a8fc029f97 (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 |