SOLICITATION NOTICE
S -- Fire Alarm Testing
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support 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-Q-80082
- Archive Date
- 12/24/2012
- Point of Contact
- Karen M. Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-12-Q-80082 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective September 13, 2012. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA is seeking to acquire support for Fire Alarm Testing Services as described in the Statement of Work (SOW) below. STATEMENT OF WORK PART 1 - GENERAL INFORMATION 1.1 General Statement of Services The contractor shall provide services in accordance with the requirements, schedules, guidance, and information contained or referenced herein for the project listed below: PROJECT TITLE: Fire Alarm Testing Services PROJECT LOCATION: Volpe Center, Buildings 1, 2, 3, 4, 5 & 6 1.2.1 Project Information: The Volpe Center requires fire alarm testing services for all devices in all buildings. 1.2.2 Project Description: Provide fire alarm testing services in accordance National Fire Protection Association (NFPA) regulation Existing equipment is EST-3 master fire alarm panel with Fireworks notification system Contract duration shall be one base year with four option years which may or may not be exercised 1.3 Points of Contact: Karen Marino Contracting Officer, RVP-32 US DOT/Volpe Center 55 Broadway Cambridge, MA 02142 (617)494-2437 Email: Karen.marino@dot.gov Bill Sullivan Facility Engineer, RVP-50 US DOT/Volpe Center 55 Broadway Cambridge, MA 02142 Tel: (617) 494-3643 To schedule a site visit, please contact Bill Sullivan via email at William.Sullivan@dot.gov or by phone at (617)494-3643. PART 2 - REQUIREMENTS 2.1 Provide fire alarm testing in accordance with requirements of NFPA 72. Fire alarm panel operators shall have National Institute for Certification in Engineering Technologies (NICET) II certification and a minimum of three years' experience in EST-3 and Fireworks notification system operation Technicians shall have a minimum of three years' experience with fire alarm device operation and testing The following shall be performed prior to Base Year testing (CLIN 1): Label all devices with bar-code or equivalent identification system. Record all devices into electronic database for use throughout the contract The following tasks shall be performed during each year of contract (CLINS 1 thru 5): Testing shall be scheduled quarterly. Each quarter approximately ¼ of all devices shall be tested Document test results in accordance with NFPA guidelines noting device type, location, time, date, pass/fail status and notification of any deficiencies. All devices shall be tested within each annual Period of Performance Schedule testing each quarter with the Office of Facility Management representative Audible testing shall be performed between the hours of 8:00am and 9:00am. Program fire alarm panel to test audible devices one floor at a time Contractor shall secure master fire alarm master boxes prior to any test. Coordinate with Facilities Management staff to announce testing prior to, and after, testing Provide smoke device testing during annual elevator test. Testing normally performed at 5:00am and 7:00am for two days in March The following tasks shall be performed during Option Years 1and 4 of contract (CLINS 2 & 5): Replace all back-up batteries in fire alarm panels. Batteries shall carry one year warranty from date of installation 2.2 Service Calls (Emergency and Non-Critical) Provide 24/7 emergency repair service. Contractor shall respond within 4 hours for emergencies and within 24 hours for non-critical repairs Emergency repairs will be paid for by government purchase card Contractor must accept government credit card for payment Repairs requiring programming require 24 hour notification to Cambridge Fire Department for master box tag-out 2.3 Deliverables Provide fire alarm testing report quarterly, in accordance with NFPA 72. Deliver one hard copy via US mail and electronic PDF file via email 2.4 Government Provided Information PDF files of all floors, all buildings showing location of fire alarm devices As-Built drawings are available for review on-site. Contractor shall be responsible for location and testing of all devices 2.5 Period of Performance The period of performance for CLINs 0001 - 0005 will be as follows: CLIN 0001, Base year - October 1, 2012 through September 30, 2013 CLIN 0002, Option Year 1 - October 1, 2013 through September 30, 2014 CLIN 0003, Option Year 2 - October 1, 2014 through September 20, 2015 CLIN 0004, Option Year 3 - October 1, 2015 through September 30, 2016 CLIN 0005, Option Year 4 - October 1, 2016 through September 30, 2017 The maximum period of performance for the resulting purchase order, if all options are exercised, is September 30, 2017. ////Statement of Work End Page//// SCHEDULE The Offeror shall provide pricing for the following Contract Line Items (CLINs) 0001 - 0005 in accordance with the SOW: CLIN 0001 - Base Year, Fire Alarm Testing, Quantity: 1 YR, $ ______________ CLIN 0002 - Option Year 1, Fire Alarm Testing, Quantity: 1 YR, $ _____________ CLIN 0003 - Option Year 2, Fire Alarm Testing, Quantity: 1 YR, $______________ CLIN 0004 - Option Year 3, Fire Alarm Testing, Quantity: 1 YR, $______________ CLIN 0005 - Option Year 4, Fire Alarm Testing, Quantity 1 YR, $_______________ Total Amount for CLINs 0001 through 0005 $_________________ FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2010) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. FAR Clause 52.217-5, Evaluation of Options and FAR Clause 52.217-8, Option to Extend Services also apply to RFQ. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (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. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169. INSTRUCTIONS TO OFFERORS The quote should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed quote must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 12:00 PM Eastern Time on 09/27/2012. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. SELECTION PROCESS The Government intends to award one (1) purchase order on a firm fixed price basis as a result of this RFQ. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. An award will be made to the source whose quotation, conforming to the solicitation and the SOW, is determined to offer the best value to the Government in terms of lowest proposed price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-Q-80082/listing.html)
- Record
- SN02896450-W 20120926/120925003253-95a55702630a896ac330dcc5963e3f7b (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 |