SOLICITATION NOTICE
C -- Addressable Fire System - SF 330
- Notice Date
- 7/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
- ZIP Code
- 20228
- Solicitation Number
- BEP-RFI-12-0199
- Archive Date
- 8/11/2012
- Point of Contact
- Samira Zewari, Phone: 2028743144
- E-Mail Address
-
samira.zewari@bep.gov
(samira.zewari@bep.gov)
- Small Business Set-Aside
- HUBZone
- Description
- Architect-Engineer Qualifications Form CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as HubZone under NAICS code 541310, Architectural/Engineering services. The contract is anticipated to be awarded about Sept 2012. It is anticipated that one contract will be awarded from this announcement is estimated between $50,000 and $100,000. 1. Contract Award Procedure: Before a Hubzone is proposed as a potential contractor, they must be certified by VETbiz and registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site is http://www.crr.gov. Failure of a proposed HubZone to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. 2. NATURE OF WORK: The A/E Contractor shall provide the following design services. • Prepare design of an Addressable Fire System that shall be in accordance with the latest addressable fire system codes and standards. • Prepare a Cost Estimate identifying in detail cost for all Direct Material Cost, Indirect Material Cost, Direct Labor Cost, Indirect Labor Cost, and administrative expenses for a turnkey installation for an Addressable Fire System for the Bureau of Engraving and Printing in Western Currency Facility in Fort Worth Texas. • Prepare construction drawings and specifications of the design to be competitively bided by construction contractors. 3. SELECTION CRITERIA: Firms will be evaluated, rated, and ranked, by the A-E Evaluation Board. A maximum of five (5) most qualified firms will be invited to partake in discussions with the Evaluation Board and will be rated. A most preferred firm will be selected. The most preferred firm shall be invited to submit a Technical and a Business Proposal in response to a Request for Proposal. THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED WITH THIS NOTICE. Evaluation Criteria Factors: 1. Specialized planning & design and technical competence - with designing and installing an Addressable Fire Alarm Systems. Please include a list of the last three projects of a similar nature with contact telephone information. Highlight your specialized experience with an Addressable Fire Alarm System. The examples should describe the difficulty of operating and maintaining the system designed by the firm. 2. Capacity and Capability - of the Contractor to perform the work within the stated timeframe. Provide a summary of the project approach and schedule for the work. Include resumes of the project personnel that will be assigned to this work and actually be working on the project for the duration. The consultant shall provide a summary of their approach to construction management addressing such things as tracking submittals and documenting daily progress. Include resumes of the project personnel that will be assigned to this work and actually be working on this project for the duration. 3. Record of Past Performance - on the three (3) similar projects itemized in Item Number 1 above, include the record of the engineer's estimate versus actual bids and non-client initiated change orders. Also include the following: • Description of product provided and related services performed in support of the contract. Include as much detail as needed to demonstrate the contract being similar in labor mix, level of complexity, and scope as described in the solicitation. • Point of contract with correct/current telephone number, you may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems. The government reserves the right to contact these references as well as use any additional information it obtains. • Projects should include contracts which require design services of Addressable Fire Systems installations/improvements/upgrades to a manufacturing facility. • A/E Contractors proposed approach on how the new Addressable fire system will be phase in, in conjunction with the existing analog system being demolished while maintaining fire system integrity and projection of personnel and property. • Existing analog fire system: The A/E Contractor proposed approach on how the Contractor will remove, demolish and properly dispose of BEP's premises the existing analog fires system. Proximity or Familiarity with the requirement - include a summary of his understanding of the problems and alternative for this project. Also provide a thorough description of how the proposed Addressable Fire Systems design will comply with the salient features specified in statement of work and will meet the intended function. All information needed for interested parties to submit is a standard form (SF 330), Architecture-Engineer qualifications, is contained herein. There is no separate request for Proposal (RFP) package to download. This is a request for a submission of a Standard Form 330 in accordance with FAR Subpart 36.6. This announcement constitutes a notice of intent to contract Architect and Engineer Services. Submission to this notice of intent is not considered a proposal. Please submit a copy of SF 330 Part II with appropriate documentation by close of business (COB) August 10, 2012. A short supplemental Word Document under 10 pages of your capabilities will be permitted. All questions regarding this announcement must be submitted by email by Friday, August 10, 2012 at 11:00 am (Eastern Time) to the Contract Specialist. Electronic copy can be submitted via email to the Contract Specialist at samira.zewari@bep.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFI-12-0199/listing.html)
- Place of Performance
- Address: Bureau of Engraving and Printing, Fort Worth, Texas, 76131, United States
- Zip Code: 76131
- Zip Code: 76131
- Record
- SN02807615-W 20120720/120719000106-233b6162566f762185b39327ac0c5ac2 (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 |