Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
SOURCES SOUGHT

C -- Fire Protection Engineering - Facilities Engineering Services – World Wide

Notice Date
3/15/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-18-FPEFEESATOC
 
Archive Date
4/13/2018
 
Point of Contact
Travis I. Dunn,
 
E-Mail Address
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed action is for an A/E Design SATOC for worldwide projects to provide Fire Protection engineering services utilizing Unified Facilities Criteria 1-200-01 DoD BUILDING CODE (GENERAL BUILDING REQUIREMENTS), 3-600-01 Fire Protection Engineering for Facilities, 4-211-01 Aircraft Maintenance Hangars, and 1-201-01 Non-Permanent Facilities in Support of Military Operations, as the basis of design to design, review, inspect and commission fire protection system designs for Permanent and Non-permanent facilities, as listed in the following: a. Design of FP systems (Interior FP Systems & Site FP Infrastructure). b. Review of FP system designs (Interior FP Systems & Site FP Infrastructure). c. Commissioning/testing of FP systems - observing contractor testing procedures or performing FP commissioning tests themselves. d. Performing life safety analysis (Building & Site). e. Review of life safety compliance of designs (Building & Site). f. Performing life safety analysis/FP system designs of hazardous materials/waste storage, handling, use, and/or containment as required. g. Review of life safety/FP systems design related to hazardous materials/waste storage, handling and/or use, use, and/or containment as required. Contract duration is estimated at five (5) years. The estimated total capacity (PA, not CCL) is $9,000,000. NAICS code is 541330. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 29 March 2018 by 10:00 A.M. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested A/E firms must provide no more than five (5) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Fire Protection Systems for Small, Medium, and Large facilities designed to UFC 1-200-01, 3-600-01, 4-211-01, and 1-201-01. Projects may have included delivery of fire protection infrastructure (i.e. fire water tanks, fire pumps, fire water distribution systems, as well as individual building fire protection and fire alarm systems. Facilities meeting the required Building Code design requirements for inclusion of fire protection systems and fire alarm systems, based on the construction type, occupancy, allowable height, and allowable area. Incumbents must meet the criteria for a Fire Protection Engineer from UFC 3-600-01 Section 2-1.15.2.: "2-1.15.2.1 The engineer of record or the fire protection quality control engineer. 2-1.15.2.2 An individual who is a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and has relevant fire protection engineering experience. 2-1.15.2.3 For Army (projects), an individual who is a registered professional engineer with experience designing all facets of fire protection and life safety systems for projects, including responsibility for fire suppression, life safety (including building code analysis) and fire alarm and mass notification systems." Projects may be accomplished for the U.S. Army, U.S. Air Force, U.S. Navy, and U.S. Coast Guard, as well as Foreign Military Sales to Host Nations in the CENTCOM AOR Middle East). Work must have been self-performed to qualify as experience. b. Projects similar in size to this project include: The building is at least 135,000 sq ft per floor and limited to four stories designed by a Registered Professional Fire Protection Engineer. The type of the projects may include the design of facilities for US Army, Navy, Marine Corps, Air Force, etc., and funded by US or host nations. The Project type may also include facilities such as general warehouses (e.g. Army Standard General Warehouse with 130,000 sq. ft. on a single floor), aircraft hangars (e.g. Army Standard Maintenance Hangar of 163,500 sq. ft.), POL/HAZMAT facilities, etc. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. Award amount of the project. 5. Design of Fire Protection systems by a registered Fire Protection Engineer current percentage of construction complete and the date when it was completed. May include design review for Fire Protection Systems. 6. The percentage of work that was self-performed. 7. Identify the number of subcontractors by construction trade utilized for each project. 8. Project Owner point of contact (POC). 9. Owner evaluation of completed work. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Travis Dunn at travis.i.dunn@usace.army.mil. If you have questions please contact Travis Dunn at travis.i.dunn@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-FPEFEESATOC/listing.html)
 
Record
SN04855618-W 20180317/180315231456-f3cbd4bf051bc529a0e7ad13b3dea8a0 (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.