SOLICITATION NOTICE
B -- Fire risk assessment to verify compliance with Army regulations concerning fire protection.
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S611T0073
- Response Due
- 9/6/2011
- Archive Date
- 11/5/2011
- Point of Contact
- Sandra Johnson, 435-831-2756
- E-Mail Address
-
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.mil)
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the procurement of a fire risk assessment. 1.The fire risk assessment shall include the following: a.A study of the current administrative configuration of Dugway Proving Ground Fire & Emergency Services with an analysis of the following at the minimum: i.Staffing Levels/Companies ii.Aggregate Response Times iii.Fire Prevention iv.Hazardous Materials Response 2.Specific Requirements: a.The study and analysis shall take into consideration that Dugway Proving Ground 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. b.The study and analysis shall consider, at a minimum, the following referenced provisions: i.AR 420-1, Chapter 25 ii.DODI 6055.6 iii.AR385-10 Army Safety Program iv.PAM385-30 Mishap Risk Management v.National Fire Codes and Standards c.Provide recommendations and/or suggestions based on levels of risk as identified using the CRM process in PAM385-30. 3.The professional performing the assessment shall: a.Upon notice of award, arrive on-site and initiate work on a date as agreed to by the Chief, Fire & Emergency Services. b.Provide a final report indicating levels of risk. This report shall be submitted within 45 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 in Adobe Acrobat on compact disk. 4.Qualifying and special requirements: a.Individual or individuals performing said work must meet OPM standards for qualified safety and health personnel specializing in the area of fire safety (i.e. safety engineer, fire protection engineer, fire protection specialist/Marshal). Prior experience conducting fire risk assessments using the CRM process and fire protection operational readiness inspections will be taken into consideration in the evaluation process. b.Prior to arrival of individuals at Dugway Proving Ground to accomplish the analysis, no work, research, or labor by the Dugway Proving Ground Fire and Emergency Services management or forces will be extended in preparation of the analysis with the exception of a review of emergency response times to determine said times over a one-year period and building fire inspection history data. Interested fire protection professionals wishing to respond to this solicitation must provide pricing valid for a period of sixty (60) calendar days. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-11-T-0073. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541330 ($4.5) size standard in millions of dollars applies to this procurement. The following provisions and/or clauses apply to this RFQ: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Additional FAR clauses required: FAR 52.204-7, Central Contractor Registration: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.228-4001, Insurance Requirements; FAR 52.232-18, Availability of Funds: FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-4004, Identification of Contractor Employees; FAR 52.242-4004, Government Contractor Relationships; FAR 52.247-34, FOB: Destination (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway, Utah, 84022). DFARS clauses required: DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.227-7015, Technical Data-Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. The following local clauses apply to this solicitation: FAR 52.000-4001, Foreign Visitors / Employees; FAR 52.000-4002, Location of U.S. Army Dugway Proving Ground; FAR 52.000-4003, Normal Work Hours; FAR 52.000-4107, Security Badges and/or Protective Masks; FAR 52.000-4949, Contractor Access to DPG; FAR 52.204-4000, Department of Army Personnel Reporting System; and FAR 52.223-4001, OSHA Standards. All quotes must be emailed to Sandy Johnson at sandra.j.johnson90.civ@mail.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Sandy Johnson at sandra.j.johnson90.civ@mail.mil. Quotes are due no later than 11:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Tuesday, September 6, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9c30af2d8032f85709bf8f6895d206dc)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN02550463-W 20110827/110826000821-9c30af2d8032f85709bf8f6895d206dc (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 |