Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOURCES SOUGHT

R -- Sources Sought for Fire Life Safety Consulting Support

Notice Date
3/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-12-SS-00002
 
Point of Contact
Linda J. Byrne, Phone: 6174946126, Donald MacGee, Phone: 6174942803
 
E-Mail Address
linda.byrne@dot.gov, Donald.MacGee@dot.gov
(linda.byrne@dot.gov, Donald.MacGee@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Fire Life Safety Consulting Support Sources Sought DTRT57-12-SS-00002 Notice Type: Sources Sought Posted Date: March 2, 2012 Response Date: March 12, 2012 Classification Code: R - Professional, administrative and management support services NAICS Code: 541330 - Engineering Services 1.0 Description: The U.S. Department of Transportation (U.S. DOT), Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, issues this sources sought notice to assist in determining the availability of capable small business concerns for the requirement herein. Currently, Solicitation No. DTRT57-11-R-20017 is issued on a full and open competition basis. Capable small business concerns who are interested shall submit responses to all of the questions listed below. Also, small businesses shall indicate whether they are certified 8(a), Hubzone, veteran-owned, service disabled veteran owned, disadvantaged or woman owned. This information will assist the Government in reviewing its acquisition strategy to determine whether there are capable small businesses to perform the requirement. 2.0 Background: The Volpe Center, in support of the Federal Aviation Administration (FAA) and other transportation-related sponsors, provides national Fire Life Safety (FLS) consulting and engineering support. Typical work activities include code compliance consultation, field inspections and surveys, engineering design support, engineering policy evaluations, performance based design assessments, design reviews, system inspections and testing, construction oversight, Resident Engineer support, engineering studies, project management support, risk assessments, small scale fire testing, materials assessments, egress analyses, training support, and computer model analyses. The majority of this support has historically been conducted in partnership with the FAA's Fire Life Safety Program (FLSP). The FLSP's main objective is to ensure that all FAA owned and/or operated Airport Traffic Control Towers (ATCTs) are in compliance with 29 Code of Federal Regulations (CFR) 1960.20 - The Alternate Standard for Fire Safety in Airport Traffic Control Towers. For FLS tasks, The Volpe Center is required to respond quickly to work located throughout the U.S.A., Puerto Rico and the Pacific Rim. 3.0 Potential Functional Areas for Tasks to be Performed: 1.Codes/standards compliance evaluations and consultations 2.Fire protection systems design/engineering support 3.Fire modeling/design flow analysis 4.Fire tests, system inspections, and evaluations 5.Risk assessments/hazard analysis 6.Policy and code evaluations/equivalency determinations 7.Training program development and implementation 8.Field construction engineering support 9.Emergency preparedness planning 10.Subject matter experts/Ad hoc general fire protection engineering (FPE) consulting support 11.Special projects support 12.Program management and policy guidance support 4.0 Submission Instructions: All capability information submitted by respondents shall include: Contract number; Customer (Government agency or private industry); Contracting Officer's Technical Representative (COTR) name (or private industry point of contact (POC)), telephone number; contract value, type of contract, and period of performance. Responses must address each of the following requirements: 1.Describe your company's past experience working with FAA's or other similar facilities, in particular ATCTs and Air Route Traffic Control Centers, including experience working with and applying OSHA 1960.20 and FAA Standards of Care. 2.Describe your company's past experience working with Marine, Rail and Highway fire safety projects. 3.Describe your Program Managers and Senior Technical Staff available, including Geographical locations to respond cost effectively to: on time deliverables, quality control of deliverables, program consistency of design/engineering approaches, understanding of customer needs and meeting numerous engineering design packages simultaneously throughout the national airspace system while also providing on call support demands, construction management oversight, including Resident Engineer support, national training support, for a customer with a national program. Also, describe your capabilities to provide short turn around responses ( to conduct site visits and delivery reports) to "on call" type technical requirements at ATCTs, such as fire investigation, field quality inspections, witness of testing, etc. while also meeting deadlines for other program needs and ongoing tasks. 4.Describe your company's capabilities to provide licensed Fire Protection Engineers P.E. to support a national program. Disclose what states the licenses are valid for. 5.Demonstrate through a staffing matrix or list; the job titles, degrees, certifications, F.P.E. licenses, experience levels, National Fire Protection Association and other similar standards committee participation of your company's current fire protection staff. Disclose if they are full or part time employee's. 6.Identify the capabilities and qualifications of your staff's nationally recognized subject matter experts in the following areas: Seismic protection and water based systems, Class A and VESDA fire detection and alarm, gaseous agent suppression systems (marine and land based), fire risk analysis, performance based design alternatives, fire growth modeling, egress modeling, and steel and fire insulation materials performance testing. 7.Identify your company's experience and abilities to provide full time Resident Engineering support (8 to 10 weeks on site) during construction upgrade projects 8.Describe your company's quality assurance program to ensure technical deliverables and design approaches are applied consistently by the engineering staff. 9.Describe your past experience developing and applying performance-based design approaches. 10.Describe your CAD capabilities using both AutoCAD and Microstation and abilities to work multiple designs concurrently and geographic location of your CAD support. 11.Describe your experience developing and providing subject matter expert instructors for a comprehensive training program that provides your customers with the ability to inspect, test and maintain fire protection systems and equipment. 12.Describe your experience in providing simultaneous (at 8 to 10 construction sites) located throughout the United States providing field construction engineering support that includes submittal reviews, quality assurance inspections, systems acceptance and testing, and the preparation of OSHA 1960.20 certification recommendation letters. 13.Describe your experience supporting unique special projects using subject matter experts in areas such as sprinkler corrosion analyses, seismic bracing for sprinkler systems, explosive gas analysis/fuel spill risk mitigation, development of NFPA standards for facilities such as ATCTs, and design/construction of fire alarm training panels. Information provided should be detailed in the area(s) above so the Government can assess the ability of the small business concern to provide the described minimum services. All of the information sought should be conveyed in no more than ten (10) pages. Page size is set at 8½ X 11 inches; text font must be no smaller than 12 point; and text should be doubled spaced. Each response must reference the sources sought title. The NAICS Code for this acquisition is 541330 and the small business size standard is a maximum of $4.5 million in annual receipts for the concern and any affiliates. Interested parties must respond to this announcement in writing no later than March 12, 2012, 2:00 PM Eastern Time Telephone requests will not be honored. All responses must be submitted via e-mail to Contracting Officer Linda Byrne at linda.byrne@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2003 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 5.0 THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential small business sources.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-SS-00002/listing.html)
 
Record
SN02687716-W 20120304/120302234439-a3d203d4a3f5677719120e788aa1fdf1 (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.