This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement.
Solicitation # 47PK0223Q0004 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-08, dated October 28, 2022.
This procurement will be issued as a 100% total set aside for Small Businesses, see FAR Clause 52.219-6. The North American Industry Classification System (NAICS) Code is 541690 – Other Scientific and Technical Consulting Services and the Small Business Administration’s (SBA) size standard is $16.5 million for this procurement. Contractor must be considered a Small Business concern under this NAICS to submit a quote. Contractor must be aware of FAR Clause 52.219-14 - Limitations on Subcontracting (OCT 2022) and be in compliance with this Clause during the performance of this contract.
The U.S. General Services Administration (GSA) Public Buildings Service (PBS) Region 9 Fire Protection and Safety Branch requires that fire protection facility assessments are required to be conducted. The Region 9 Fire Protection and Safety Branch is responsible for ensuring all Federal buildings are provided with an adequate level of safety. The Fire Protection surveys are required to ensure GSA owned and leased buildings are in compliance with all applicable International Code Council (ICC), International Building Code (IBC), National Fire Protection Association (NFPA) Codes and Standards and GSA guidelines. The intent of the survey is to conduct a risk assessment of the building, its life safety systems, along with the operation & maintenance operations.
The purpose of conducting the fire protection survey is to analyze buildings, including occupancies and intended use, to determine the risk of injury, loss of life, property, or interruption of Federal tenant mission because of fire and/or safety concerns. The assessment is to address the effects of these conditions on the safe and healthful work environment for Federal employees and the visiting public. Conducting the Fire Protection surveys requires a licensed fire protection engineer and/or inspection team to inspect buildings and building Fire Protection systems.
GSA is seeking a Contractor to provide all necessary labor, equipment, tools, materials, supervision, transportation, and all other items and services necessary to perform fire protection surveys of GSA owned or leased buildings. A licensed fire protection engineer must conduct fire protection surveys for each of the GSA Facilities listed in the state of California and Arizona. All areas of the facility shall be surveyed, including all building services (mechanical, electrical and storage spaces), and all common spaces accessible to building tenants. The purpose of the survey is to verify compliance with the latest NFPA (including the NFPA requirements to maintain and test fire protection systems) and IBC and document non-compliant items as well as exemplary fire protection systems maintenance and testing practices. The survey shall include a review of the Occupant Emergency Plan. The report shall address all findings during the survey including life safety code violations, testing results, review of the findings from the last fire protection survey, review of the recent (yearly, quarterly and monthly) fire maintenance and test reports generated by the building maintenance staff or their contractor.
Place of Performance: Multiple locations within the state of California and Arizona (see attachment labeled D.1 List of Buildings_Fire Survey FY23_Owned Bldg_47PK0223Q0004)
Period of Performance: After award, contract must be completed by June 1, 2023.
Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, 52.212-2, Evaluation-Commercial Products and Commercial Services, 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services are applicable to this acquisition. Please see the attached Request for Quote (RFQ) document (Standard Form (SF) 1449 Solicitation / Contract / Order for Commercial Items) for the Statement of Work (SOW), additional clauses / provisions, and other pertinent information related to this solicitation offerors must review and be aware of.
Basis of Award: Award will be made to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government. The Government’s intent is to award without discussions. Lowest price and experience are the only factors that will be used to evaluate quotes (see FAR Provision 52.212-2). Award will be made to the lowest priced offer that is determined to be reasonable and meet the experience factor.
Submitting Quote: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and must submit their quote on pages 1 through 19 of the SF 1449 (also separately attached see attachment D.3 SF 1449_Fire Survey FY23_Owned Bldg_47PK0223Q0004)
Quote must include the following documents:
Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror’s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) must submit their quote(s) to Tue Tran via email at [email protected]. Ensure to reference solicitation # “RFQ # 47PK0223Q0004 – Fire Survey FY23 – Owned Bldg” in the subject line of the email.
Important Note: All contractors must have an active SAM Registration on www.sam.gov at the time of submitting a quote to be eligible for award. See FAR Subpart 4.1102(a).
Submission Deadline: All quote(s) shall be received by January 13, 2023 by 12:00 PM PT (see block 8 of the SF 1449 – Page 1). Quote(s) received after the prescribed deadline, may be considered non-responsive and may not be considered for award.
Questions or Inquiries: All any immediate question(s) or concern(s) please contact Tue M. Tran via phone at 949-359-1696 or email at [email protected].