SOLICITATION NOTICE
99 -- Fire Life Safety Engineering and Consulting Services
- Notice Date
- 5/30/2017
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5717R20007
- Archive Date
- 7/29/2017
- Point of Contact
- Roland J. Regan, Phone: 6174943185
- E-Mail Address
-
roland.regan@dot.gov
(roland.regan@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: DTRT5717R20007 Title: FIRE LIFE SAFETY ENGINEERING AND CONSULTING SUPPORT Synopsis: The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to issue a solicitation for Fire Life Safety (FLS) engineering services. The solicitation will be competed as a total Small Business Set-Aside (SBSA) to all qualified FLS offerors. The work is divided into two separate Contract Line Item Numbers (CLINs) as described below. The Government intends to award one or two contracts by either awarding both CLINs to one vendor, or by awarding one CLIN to two vendors. This award decision will be made at time of award on the basis of Best Value for each CLIN, after evaluation of proposals received. Offerors may submit proposals for one or both CLINs. Evaluation and Best Value determination will be conducted independently for each CLIN. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation and the solicitation will be issued as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with the ability to issue firm fixed price, cost-plus-fixed-fee completion, and cost-plus-fixed fee term type task orders. The term of the ordering period of the resulting contract(s) will be 54 months from the date of award. Requirements are summarized as follows: CLIN 0100: HEADQUARTERS FIRE LIFE SAFETY ENGINEERING AND CONSULTING SUPPORT is for engineering and consulting services to the Volpe Center for fire life safety support to FAA Headquarters and other agency Headquarters programs with an added focus on developing and implementing FLS policy, procedures, program management and strategy on a national scale. Support will be in the following areas: • Program Management and Policy Guidance support • Fire Protection Codes and Standards Consultation; • Fire Testing Research and Development; • QA/QC Inspections, Condition Assessments and Evaluations; • Risk Assessments/Fire Hazard Analysis Program Implementation; • Training Program Development and Implementation; • Emergency Preparedness Planning; • Special Projects/Fire Protection Engineer (FPE) Ad-Hoc Support; • Fire Protection Systems Design/Engineering Support; CLIN 0200: NATIONAL FIRE LIFE SAFETY ENGINEERING AND CONSULTING SUPPORT is to support Fire Protection needs for individual facilities and transportation vehicles located throughout the United States with the exception of Headquarters. These services will serve the regional areas of various agencies as opposed to providing fire protection services for agencies' Headquarters operations. Support will be in the following areas: • Facility Codes/Standards Compliance Inspections and Evaluations • Facility Fire Protection Systems Design/Engineering Support • Facility Fire Protection Testing and Quality Assurance (QA) Inspections • Facility Code Evaluations/Equivalency Determinations and Engineering Judgements • Facility Field Construction Engineering Support • Fire Protection Engineering (FPE) Ad Hoc Consulting Support The North American Industry Classification Code for this action is 541330 - Engineering Services and the Small Business Size Standard is $15.0M. THIS IS NOT A REQUEST FOR PROPOSALS. The estimated release date of the solicitation will be on or about July 17, 2017. Proposals will be due approximately 35-40 calendar days following the issuance of the solicitation. It is anticipated that a pre-proposal Webinar will be held within two weeks after release date of the solicitation. Complete details of the pre-proposal Webinar will be provided in the solicitation. In accordance with FAR Subpart 16.306 (c), a Contractor is not eligible to receive a cost reimbursement contract or a task order award unless its accounting system has been reviewed by a Government audit agency and determined by the CO to be adequate for determining costs under a cost reimbursement contract. The sole responsibility rests with the Offeror to perform whatever preparatory work is required so that its accounting system will be approved should the Defense Contract Audit Agency (DCAA) be engaged to perform the review. There is considerable information available which outlines the accounting system requirements and audit. The DCAA website http://www.dcaa.mil includes information on the DCAA audit program describing the audit process and it includes helpful references. Go to "Guidance" and "Checklists and Tools" for information on accounting systems. The Volpe Center uses electronic commerce to issue request for proposal (RFP) and amendments to RFP. Paper copies will not be made available. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FBO) website: http://www.fbo.gov. Paper copies of these documents are not available and no hard copies will be mailed. The Government will not pay for any documentation provided in response to this synopsis and any documentation received will not be returned to the sender. Prospective Offerors desiring to receive electronic notification of the solicitation posting and availability for downloading must register on the FBO website. Offerors are warned that when they register to receive solicitations, amendments, and other notices, it is their responsibility to provide an accurate and complete email address to the Government. The Government will make no additional effort to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. For questions regarding the final solicitation, contact the Contracting Officer in writing by email at roland.regan@dot.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All Offerors are reminded that all entity records from the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) were moved to the System for Acquisition Management (SAM). All contractors must be registered in SAM in order to receive an award from a DOT Agency. Contractors may access the site at https://www.sam.gov/portal/public/SAM/ to review and obtain information about the registration process. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the earliest within SAM and must be completed in order to receive an award from a DOT Agency. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs); The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. Contracting Office Address: US DOT Volpe Center 55 Broadway Cambridge, Massachusetts 02142-1093 United States Places of Performance: CLIN 0100: Headquarters, Washington, DC CLIN 0200: Nationwide - United States (including Puerto Rico and Guam) Primary Point of Contact: Roland Regan roland.regan@dot.gov Phone: 6174943185
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/767a7cb4b250e6a0cdc6eb17ef3e655d)
- Place of Performance
- Address: 55 Broadway, Cambrdige, Massachusetts, 02142, United States
- Zip Code: 02142
- Zip Code: 02142
- Record
- SN04526319-W 20170601/170530235352-767a7cb4b250e6a0cdc6eb17ef3e655d (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 |