Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

42 -- Establish a BPA for electronic access subscription to the National Fire Protection Association (NFPA) codes, standards, and recommended practices.

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
WASO - FIRE - NPS National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
E12PA60001
 
Response Due
11/29/2011
 
Archive Date
11/21/2012
 
Point of Contact
Kary W. Goetz Contract Specialist 2083875295 kary_goetz@nps.gov;
 
E-Mail Address
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
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 solicitation number is E12PA60001 and it is issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS code is 511199. The award will be a Blanket Purchase Agreement (BPA) for a period of Five years from date of award. The contractor shall provide all the required services as stated in the included statement of work (SOW). Place of Performance is nationwide. SUBMIT THREE (3) PROPOSALS: (1) Technical Proposal (Limit 2 pages) (2) Past Performance (limit 1 page) and (3) Price. Submit YOUR OFFERORS VIA ELECTRONIC EMAIL TO: kary_goetz@nps.gov. NO LATER THAN NOVEMBER 29, 2011, 5:00pm local time.Telephone No. 208/387-5295. Price for electronic access subscription to the National Fire Protection Association (NFPA) codes, standards, and recommended practices for the period of five years. $______________. The following provisions and clauses apply to this acquisition:FAR 52.212-01 Instructions to Offerors--Commercial; FAR 52.212-03 Offeror Representations and Certifications--Commercial Items; FAR 52.212-04 Contract Terms and Conditions--Commercial; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.242-15 Stop-Work Order; 52.219-09 Small Business Subcontracting Plan; FAR 52.214-07 Late Submissions, Modifications, and Withdrawals of Bids; DIAPR 2010 Contractor Performance Assessment Reporting System (July 2010);DIAPR 2010- COR/COTR Authorities and Delegations. FAR 52.212-02 Evaluation - Commercial Items.(a) The Government will award a contract resulting from this request for proposal to the responsible offeror whose 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:(i) Technical Capability--Description of a realistic technical approach to the requirements in the SOW. The proposal must demonstrate a complete understanding of the requirement and clear awareness of the contract objectives. Proposal must demonstrate that the offeror is highly knowledgeable on the technical subject matter well enough to anticipate and avoid problems and to react appropriately when problems do arise. A detailed description of the management approach/processes that shall be utilized to ensure corporate visibility, emphasis, and involvement in the effective management of the work efforts(ii) Past Performance--Offeror must provide three (3) Past Performance on similar service to include project number, contact name and phone number.(iii) Price--Technical and past performance, when combined, is significantly more important than cost or price; (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(c) Offerors must submit Representations and Certifications. If Offerors have not done so already, they should register at the online Representations and Certifications Application (ORCA) website: https://orca.bpn.gov/.(d) OFFEROR MUST BE REGISTERED IN CENTRAL CONTRACTOR'S REGISTRY (CCR), www.ccr.gov. RATING:10 (Excellent)-Very comprehensive, in depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected.8 (Very Good)-Extensive, detailed response to all requirements similar to outstanding in Quality, but with minor areas of unevenness or spottiness. High quality performance is likely bun not assured due to minor omissions or areas where less than excellent performance might be expected.6 (Good)-No deficiencies in the response. Better than acceptable performance can be expected but in some significant areas there is an unevenness or spottiness which might impact on performance.4 (Fair)-The response generally meets minimum requirements but there is not expectation of better than acceptable performance; deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revision to the proposal.2 (Poor)-The response fails to meet one of more minimum requirements; deficiencies exist in significant areas but can be corrected during negotiations without major revision to the proposal, or serious deficiencies exist in areas with minor impact.0 (Unsatisfactory)-Serious deficiencies exist in significant areas; the proposal cannot be expected to meet the stated minimum requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the performance work statement without specifying how or demonstrating the capacity to do so. Only vague indications of the required capability are present. STATEMENT OF WORK Electronic Subscription Services for NFPA codes.INTRODUCTION: The National Park Service (NPS), Fire Management Program Office (FMPC), 3833 S. Development Ave. Boise, ID 83705, is looking to establish a Three (3) year Blanket Purchase Agreement DESCRIPTION: The National Park Service (NPS), Structure Fire Program National Office, 3833 S. Development Ave. Boise, ID 83705, requires subscription service for electronic access to the National Fire Protection Association (NFPA) codes, standards, and recommended practices. Unlimited access to the codes (not to exceed 50 at any given time) is desired for all NPS parks and units though the expected usage should break down as follows:(a)Fifteen full time users will need to access the codes daily or at least weekly and who need to be able to download codes from the website on to their PCs.(b)Twenty-five people, will access the codes monthly and would occasionally, download a code or two that pertains to their discipline.(c) One-hundred and twenty-five people will access the codes a minimum of three times per year and may not download any codes. SCOPEThe National Park Service manages 391 unique national parks, historic sites, monuments, and other units throughout the United States and its territories. With few exceptions these sites do not have a professional fire inspector or a design engineer assigned to them. Most code enforcement and interpretation happens at the regional and national level. Parks do have trained Park Structural Fire Coordinators (PSFCs) who are responsible for fire code inspections. With few exceptions if they have a question requiring research into the codes they would ask their Regional Structural Fire Manager (RSFM) who would do the research for them. The same holds true with design of new and altered buildings. Of these 391 parks 21 of them have some sort of internal fire brigade who would occasionally access the fire codes. Online usage rates would be expected to be extremely low with the exception of the 15 or so persons identified above.NFPA is an international non-profit organization responsible for developing over 300 consensus codes and standards intended to minimize the effects of fire and other risks. The codes are designed to minimize the risk and effects of fire by establishing criteria for building, processing,design, service, and installation in the United States. These codes are written through consensus using over 200 technical code- and standard- development committees which are comprised of over 6,000 volunteer seats. Volunteers vote on proposals and revisions in a process that is accredited by the American National Standards Institute (ANSI).NFPA has been adopted by the NPS through Directors Order 58.Access to the codes will include view and search functions as well as an ability to download the codes and standards to the user's computer or printer. DELIVERABLES:NFPA will provide unlimited access to their codes which includes unlimited ability to download codes. Access will be set at 50 users for any given time for the duration of this five year BPA. DATA AND MATERIALS TO BE PROVIDED BY NPS:The NPS will provide: 1. An secured intranet site in which to place the web address site link onto2. Assurance that only NPS employees and partners will have access to the codes3. Computers and equipment to access the web based fire codes. DATA AND MATERIALS TO BE PROVIDED BY CONTRACTOR:NFPA will provide:1.A web link for the codes to be placed on our secure intranet site.2.Unlimited access per this scope.3.Monitoring of usage and a report of hours used in order to negotiate for out- year service prices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PA60001/listing.html)
 
Place of Performance
Address: Nationwide
Zip Code: 83705
 
Record
SN02627243-W 20111124/111122234255-31f3aac4e7ecd11596acfc8b7c6812f2 (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.