Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

R -- Department of the Army Fire Risk Assessment for Pueblo Chemical Depot, Pueblo, Colorado

Notice Date
1/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ09T0066
 
Response Due
1/26/2009
 
Archive Date
3/27/2009
 
Point of Contact
franklinaw, 719-526-0813<br />
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. Fort Carson intends to award a Firm-Fixed-Price Contract for a Department of the Army Fire Risk Assessment. The North American Industrial Classification System (NAICS) code for this procurement is 541690. The size standard to be considered a small business is $7 million. This requirement is set aside 100% for Small Businesses. This solicitation will end on 26 January 2009, 8:00 a.m. Mountain Time. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 - Department of the Army Fire Risk Assessment. This includes all personnel, material and transportation to complete the assessment in accordance with the statement of work. This is a firm fixed price contract. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, qualifications, and past performance. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Statement of Work 1.The Contractor shall perform a fire risk assessment following the Department of the Army Approved Risk Assessment Document (DARA) to determine fire prevention and fire protection requirements at Pueblo Chemical Depot. This assessment shall include the following: a.A study and evaluation of the current structure of the Pueblo Chemical Depot Fire and Emergency Services with an analysis of the following: (1)The current staffing level. (2)Programs such as training, suppression, prevention, Haz Mat, emergency medical service (EMS) response, Weapons of Mass Destruction (WMD), Alarm Center operation and any other applicable program. (3)The current mutual aid programs and agreements. b.Specific requirements: Fire department response times and fire fighting capability. (1)The study and analysis shall take into consideration that Pueblo Chemical Depot is a Government facility, subsequently, all of the real property is self-insured (by the Government) and some of the personal property of Army personnel are insured through personal insurance coverage. (2)The study and analysis shall consider, as a minimum, the provisions of the following references: (a)AR 420-1, Ch 25 (b)DODI 6055.6 (c)National Fire Codes and Standards (3)Provide recommendations and/or suggestions based on findings of the DARA for possible increase, decrease or to remain as is. (4)Based upon analysis of the risks identified, if findings identify the lack of programs, processes, equipment, hardware, and/or facilities provide recommendations for possible enhancements that may reduce the risks identified. (a)Automation and data management systems. Are there other buildings/systems/equipment enhancements that may be taken to enhance the fire protection and reduce the associated risk for each option? (b)Fixed fire suppression systems. (c)What if any additional training will enhance the effectiveness of fire fighting personnel? (d)Is mutual aid acceptable and if so, can it enhance the protection coverage and mitigate the risk(s)? (e)What additional fire protection equipment should be included/added to the TDA? 2.The contractor performing the assessment shall: a.Upon notification of award, arrive on-site and initiate work within 30 calendar days. b.Provide a final report of the Fire Risk Assessment following the DARA after completion. This report shall be submitted within 30 calendar days after the contractor completes the site work. c.Provide two copies of the final report as a professionally bound document along with a copy of the report on CD-ROM in Microsoft Word for Windows. 3.Qualifying and special requirements: a.Individual or individuals conducting said work must have worked as an Army Fire Chief and Army staff officer (MACOM fire protection specialist) and have conducted a minimum of twenty five (25) fire risk assessments (DARA) and a minimum of twenty five (25) fire protection operational readiness inspections (FESORI). Contractor must hold Deportment of Defense Fire Fighter professional certifications as Fire Officer IV, Inspector III and Instructor II. b.Prior to arrival of individual(s) to Pueblo Chemical Depot to accomplish the DARA, no work, research or labor by F&ES management or forces will be extended in preparation of the DARA with the exception of a review of emergency response times to determine said times over a six month period. Required to be submitted with quotations The following items shall be submitted with the contractors quotation to be considered for award. 1.Resume of the individual to be completing the assessment 2.Copies of certifications of the individual to be completing the assessment 3.Statement that the contractor meets the requirements listed in item 3a of the statement of work above 4.Three past performance references All responses must be received by 8:00 a.m. Mountain Time on 26 January 2009. Quotes can be faxed to (719) 526-4490 attn: Amy Franklin, or e-mailed to amy.w.franklin@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation should be addressed to Amy Franklin, Contracting Officer, and e-mailed to amy.w.franklin@us.army.mil, all questions or inquires must be submitted in writing no later than 15 January 2009, 12:00 p.m. Mountain Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d95ccbdfb7e9b28d7729a1e7587f6b10&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01730726-W 20090114/090112215131-d95ccbdfb7e9b28d7729a1e7587f6b10 (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.