The RFP Database
New business relationships start here

Fire Protection Engineering Services


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least four indefinite quantity/indefinite delivery contracts to provide fire protection engineering design, construction progress inspections, and acceptance testing of fire protection systems/equipment for facilities which support our mission worldwide. These contracts are for design and/or inspection of construction projects. This is not for any type of construction. At least two of the four contracts will be awarded to a small business.

Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $10,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $3,000,000.00 per year.

The contract is for the following services related to fire protection, fire alarm/detection, and life safety: Plan and specification review, shop drawing submittal review, hydraulic calculation review, fire alarm/detection system design, progress inspections of building construction to determine code/contract compliance, fire pump testing at factory prior to shipment overseas, final acceptance tests for fire/life safety systems, fire protection code analysis, fire modeling, exit modeling and custom programs. Firms will be expected to perform fire protection testing as well as observe testing.
Tasks may involve travel to diplomatic posts, conducting facility, utility and infrastructure assessments.
The following disciplines are required, at a minimum and are required to be licensed, if appropriate: Fire Protection Engineer, Fire Protection Systems Technicians and Cost Estimating.
Security Clearance Requirement - IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors must possess or be able to obtain a Defense Counterintelligence and Security Agency, formerly Defense Security Service (DSS), Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. At least two contracts will be awarded to firms possessing Interim or Final Top Secret FCLs, and one or more firms with Final Secret FCLs may be selected for additional award. Offerors, to include joint ventures, must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation.


Selected firms possessing a Final Secret FCL will be sponsored by Department of State for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the upgraded clearance. A period of 90 days from the date of selection of award will be allowed for the Secret cleared firm(s) to obtain an Interim or Final Top Secret FCL. After this period, the Government may, at its discretion, consider not awarding the contract the selected offeror.  


Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Top Secret FCLs. Contractor personnel requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DCSA prior to performance on the contract.


If selected for an award at the Secret level, a joint venture comprised of entities cleared at the Secret level will be sponsored for a Secret FCL.  A selected joint venture comprised of entities cleared at the Top Secret level will be sponsored for a Top Secret FCL.  Sponsorship does not guarantee that the firm will receive the clearance.  If a joint venture FCL has not been issued within 45 days, the Government reserves the right to discontinue contract award proceedings and process the next highest offeror for contract award.



Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.).
After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA.
Firms which meet the requirements of this solicitation are invited to submit: two copies of Standard Form 330, Architect-Engineer Qualifications and two copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors listed below, one of which should contain an original signature. Two CD's with all the information shall also be submitted. Firms responding to this announcement on or before the closing date shall be considered for selection.


Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria:

a)    Professional qualifications necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes. The project manager proposed must be currently employed by the offeror. The staffing table shall provide details for staffing the following labor categories; Project Manager, Fire Protection Engineer, Fire Alarm Technician, Fire Protection Systems Technician, Fire Protection Specialist.


b)    Specialized recent experience, within the last three years, and technical competence in fire protection engineering services. The offerors shall indicate expertise in Fire Protection Engineering, i.e., the International Building Code, Fire Protection Systems, Fire Alarm Systems, Fire Modeling, Exit Modeling, Building Code Analysis, Operation/Installation of fire alarms, fire pumps and sprinkler systems. Provide examples of no more than seven projects.


c)    Capacity to accomplish the work in required time. Organizational capability and resources (physical space and personnel) to undertake several projects simultaneously.


d)    Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables.


e)    Past performance demonstrating conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel.


For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number and e-mail address of a client representative and identify which members of the proposed team participated on the project.


Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify.


This is not a request for proposals. Since a contract may result in an award over $3,000,000.00, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System Code is 541330.


Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Chrissie Fields, not later than 2:00 p.m. Eastern Standard Time on November 4, 2019. The e-mail address to submit clarification questions is Fieldssc@state.gov.
All submittals must be received by 2:00 p.m. Eastern Standard Time, on November 26, 2019. One hard copy and one CD is required. Mailing address: Chrissie Fields, U.S. Department of State, A/OPE/AQM/FDCD/AEB, SA-10A, 2nd Floor, 10377 Mordor Drive, Lorton, VA 22079.


Sonya C. Fields, Contract Specialist, Email fieldssc@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP