ENVIRONMENTAL PROTECTION AGENCY USA Tender
ENVIRONMENTAL PROTECTION AGENCY USA Tender
Costs
EMD
NA
Summary
N--fire Protection Services Idiq, Ann Arbor, Mk
Description
The U.s. Environmental Protection Agency's (epa) National Vehicle And Fuel Emissions Laboratory (nvfel) And Office Building Located At 2565 Plymouth Road And 2000 Traverwood Drive, Ann Arbor, Michigan, Has A Requirement For Special Hazards Fire Protection To Personnel And Equipment Working Or Located At Mission Critical Testing And Computing Sites Of The Laboratory And The Office Building. this Acquisition Is Being Conducted Under Full And Open Competition And Award Will Be Made In Accordance With The Procedures Of Far Parts 15 And 36. the Following Is A Draft Copy Of The Idiq Contract's Scope Of Work: "c. Scope Of Work work Under This Contract Includes Modification To, Or New Install Of, Gaseous, Total Flooding, Chemical, Expansion Foam, And Liquid (mist) Based Fire Protection Systems. Sprinkler Systems Are Included. Services Under This Contract Are Expected To Range From Repair, Alteration, And Refill Of Existing Systems, To Design And Installation Of New Systems. Work Tasks May Include, But Shall Not Be Limited To: 1. system Design: Including Design, Engineering, Installation, Commissioning, And Documentation Of New Fire Detection, Alarming, And Suppression Systems. 2. system Modifications: Including Redesign, Re-engineering, Repositioning, Or Other Modifications To Existing Fire Detection, Alarming, And Suppression Systems. 3. system Charge Readiness: Including Refill Or Repair To Make Useable Any Discharged Storage Tank Or Faulty System Component Within Twenty-four Hours (24) Of Written Notification By Epa. 4. system Documentations: Including Production And Delivery Of Electronic And Hard Copy Graphic Representations Of All Modified Or New Installed Systems. 5. system Signage: Including Production And Installation Of All Directional, Identification, Warning, And Other System Related Signage And Labeling. 6. education: Including Work To Train, Inform, Or Otherwise Educate End User Personnel As To Specifics Of Installed Systems. d. Task Orders: work Performed Under This Contract Shall Be Specified In A Written Task Order Issued By The Contracting Officer. The Process For Task Orders Is Set Forth In Section Titled "procedures For Issuing Task Orders", Which Appears In The Contract Schedule. as Outlined In Said Clause, A Request For Proposal (rfp), Including A Statement Of Work, Shall Be Issued To The Contractor For Each Proposed Task Order. The Contractor Shall Submit A Proposal In Response To The Rfp, Including A Detailed Price Proposal. once Agreement Has Been Reached On Price And Other Specifics, The Contracting Officer Shall Issue A Written Task Order Notifying The Contractor To Proceed With The Work. The Contractor Shall Provide All Management, Qualified Personnel, Permits, Equipment, Labor, Materials, Tools, And All Other Items Needed To Successfully Perform Work Under The Task Order. e. Design/installation Requirements all Work Performed Under This Contract Shall Comply With The Epa Facilities Manual Volume 2, Section 10.9.7 And The Following National Fire Protection Association Standards As Pertinent To The System Being Modified Or Installed: - Nfpa 11, Standard For Low-, Medium-, And High-expansion Foam (latest Edition) - Nfpa 12, Standard On Carbon Dioxide Extinguishing Systems (latest Edition) - Nfpa 17, Standard For Dry Chemical Extinguishing Systems (latest Edition) - Nfpa 72, National Fire Alarm And Signaling Code, (latest Edition) - Nfpa 750, Standard For Water Mist Fire Protection Systems, (latest Edition) - Nfpa 2001, Standard On Clean Agent Fire Extinguishing Systems (latest Edition) f. Experience Requirements 1. contractor, As A Business Entity, Shall Have Seven (7) Or More Years Experience In The Design, Installation, And Maintenance Of Special Hazards Fire Protection Systems, Including Carbon Dioxide, Water Mist, Expansion Foam, And Clean Agent Type (e.g. Fm200, Novec 1230). 2. contractor Personnel Expected To Perform Work On The Design And Engineering Of Systems Installed Under This Contract Shall Have Five (5) Or More Years Experience In The Performance Of Such. 3. contractor Personnel Serving As Supervisors, Team Leaders, Or Foremen On The Installation, Inspection, And Commissioning Of Systems Under This Contract Shall Have Five (5) Or More Years Experience In The Performance Of Such. 4. contractor Personnel Expected To Perform Work On The Installation, Inspection, And Commissioning Of Systems Under This Contract Shall Have Three (3) Or More Years Experience In The Performance Of Such. g. Licensing/certification Requirements 1. contractor Shall Possess A Valid Fire Alarm Certification Issued By State Of Michigan, Department Of Energy, Labor And Economic Growth, Bureau Of Fire Services 2. contractor Shall Be Licensed As A Fire Alarm Contractor By The State Of Michigan Department Of Energy, Labor And Economic Growth; Bureau Of Construction Codes, Electrical Administrative Board. 3. contractor Shall Be Licensed As A Mechanical Contractor By State Of Michigan Department Of Energy, Labor And Economic Growth; Bureau Of Construction Codes, Board Of Mechanical Rules. 4. contractor Personnel Engaged In The Handling And Transportation Of Compressed Gases And Hazardous Materials Shall Be Michigan Department Of Transportation Cdl Licensed For Such. 5. contractor Personnel Engaged In The Handling And Transportation Of Storage Tank Initiators/igniters Shall Be Licensed By U. S. Bureau Of Alcohol, Tobacco, Firearms And Explosives. 6. contractor Personnel Performing Direct Design Or Engineering For Work Issued Under This Contract Shall Be National Institute Of Certification In Engineering Technologies (nicet) Certified At Not Less That A Level Iv Special Hazards Suppression Systems. 7. contractor Personnel Performing Hands On Installation, Inspection, And Commissioning Work For Any Work Issued Under This Contract Shall Be National Institute Of Certification In Engineering Technologies (nicet) Certified At Not Less That A Level Ii Fire Alarm Systems. 8. contractor Personnel Performing Hands On Installation, Inspection, And Commissioning Work For Any Work Issued Under This Contract Shall Be Licensed As Electrical Fire Alarm Specialty Technician By State Of Michigan Department Of Energy, Labor And Economic Growth; Bureau Of Construction Codes, Electrical Administrative Board h. General Requirements: work Hours: the Contractor Shall Perform All Work During Normal Duty Hours Except For Instances Where Emergencies Arise Or When, Due To The Nature Of Some Requirements, The Work Must Be Accomplished After Normal Duty Hours. Normal Duty Hours Are Available From5:00 A.m. To 7:00 P.m. Monday Through Friday, Excluding Federal Holidays As Identified In The Contract Schedule. safety: 1. in The Performance Of This Contract, The Contractor Shall, As Necessary, Take Precautions, Such As Lockout/tagout Procedures And Confined Space Procedures, To Protect The Lives And Health Of The Occupants Of The Building. 2. contractor Personnel Operating Booms Or Personnel Lifts Shall Be Licensed To Do So. 3. as Appropriate, Contractor Personnel Shall Use Personal Protective Equipment (ppe) And Abide By Requirements When Entering Specialized Or Restricted Areas (e.g. Confined Spaces) Identified By Epa. Ppe Shall Be Provided By The Contractor And May Include But Is Not Limited To Safety Glasses, Ear Muffs, Tyvek Suits And Gloves. 4. the Contracting Officer Shall Notify The Contractor Of Any Condition Which Poses A Serious Or Imminent Danger To The Health Or Safety Of The Public Or Government Personnel And Request Immediate Initiation Of Corrective Action. If The Contractor Fails Or Refuses To Promptly Take Corrective Action, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work Until Satisfactory Corrective Action Has Been Taken. The Contractor Shall Not Be Entitled To Any Equitable Adjustment Of The Contract Price Or Extension Of The Performance Schedule As A Result Of Any Stop Work Order Issued As Described Above. 5. all On-site Accidents And Injuries To Contractor And Subcontractor Personnel Shall Be Promptly Investigated By The Contractor. An Accident Report, Detailing The Time And Nature Of The Accident, The Names Of The Individuals Involved, And Any Actions Taken To Address Injuries, Shall Be Prepared By The Contractor And Submitted To The Epa Safety Officer, With A Copy To The Project Officer. The Accident Report Shall Be Submitted Within 24 Working Hours After The Accident. coordination Of Work: contractor Shall Coordinate All Work Activities With The Designated Project Officer Prior To Start Of Job. security: contractor And Subcontractor Personnel Shall Comply With Nvfel Safety And Security Procedures, Including Safety Orientation, Acquisition Of Security Badges, Notifying The Project Officer Prior To Starting Work, And Return Of Badges To The Security Desk Upon Completion Of Work. environmental 1. the Contractor Shall Submit Safety Data Sheets For Any Solvents, Tacking Agents, Adhesive, Cleaning Agent, Coatings, Priming Agents, Or Any Other Chemical Expected To Be Brought Onto Property As Part Of This Work. No Such Items Shall Be Brought On Site Without Approval Of Epa. 2. the Contractor Shall Dispose Of All Debris Generated As Part Of This Work. Work Sites Shall Be Maintained In An Orderly Fashion. Debris Will Be Collected On A Daily Basis. All Equipment, Material, And Tools Shall Be Collected And Set Aside In An Orderly Fashion At The End Of Each Work Day. 3. the Contractor Shall Coordinate With Epa For The Recycling Of Any Excess Metal, Paper, Cardboard, And Wood Products Generated As Part Of This Work. award Of A Single 5-year, Indefinite-delivery, Indefinite Quantity (idiq), Fixed-price Task Order Contract Is Anticipated. Specific Requirements Will Be Identified In Written Task Orders Issued By The Contracting Officer. In Addition To Price, The Government¿s Evaluation Of Proposals Will Include An Assessment Of Each Offeror's (1) Technical Capability, (2) Previous Experience, And (3) Past Performance. For The Purposes Of Evaluating Offers, All Evaluation Criteria Other Than Price, When Combined, Are Significantly More Important Than Price. Evaluation Of Price Will Be Based On An Assessment Of The Reasonableness Of The Proposed Price For Projected Task Order 1 And Projected Task Order 2. It Is Anticipated The Solicitation Will Specify A Minimum Order Amount Of $25,000.00 And A Maximum Order Amount Of $750,000.00 Over The Life Of The Contract. The Government Intends To Evaluate Proposals And Make Award Without Discussions. the North American Industry Classification System (naics) Code Is 238990, All Other Specialty Trade Contractors, The Size Standard For Which Is $16.5m. All Responsible Firms With The Assigned Naics Code Are Eligible To Submit Offers. a Pre-proposal Conference, Including An Organized Site Visit, Will Be Conducted At The Nvfel Facility Located In Ann Arbor, Mi And Is Anticipated To Be Scheduled About 7 Days After Release Of The Rfp. Registration Will Be Made Through The Point Of Contact Identified In The Rfp By The Specified Date And Time Designated In The Rfp In Order To Attend The Conference/site Visit. Requests To Attend The Conference/site Visit After Deadline Specified In The Rfp May Not Be Honored. it Is Anticipated The Solicitation, Including The Idiq Statement Of Work Will Be Posted On The Www.fedconnect.net Website On Or About October 22, 2020. No Hard Copies Will Be Available. Point Of Contact For This Requirement Is Greg Forrest, Contract Specialist, At (513) 487-2011 Or Forrest.greg@epa.gov.
Contact
Tender Id
68HERC21R0001Bid Award Id
ViewTender No
68HERC21R0001Tender Authority
ENVIRONMENTAL PROTECTION AGENCY USA ViewPurchaser Address
-Website
http://beta.sam.gov