Search Contract Opportunities

Fire Life Safety Maintenance and Testing at DEN, D01, BJC   2

ID: 697DCK-25-R-00096 • Type: Synopsis Solicitation

Description

Posted: Feb. 13, 2025, 1:08 p.m. EST

Amendment 0005 - The purpose of this amendment is to incorporate the updated SOW which includes the following statement:
Work must be performed by or under the supervision of a technician holding a current NICET Certificate of Level III or higher in Fire Alarm Systems. Non-certified personnel may perform work under the supervision and signature certification of the primary NICET Certified Technician holding the appropriate qualification.
There will be no changes to the terms and/or conditions as a result of this amendment.

Amendment 0004 - The purpose of this amendment is to add the following verbiage to Section H:
FAA shall comply with all Presidential directives. If any clause, provision, term, or condition in this SIR or contract is inconsistent with any Executive Order or Presidential Memoranda issued on or after January 20, 2025, or implementing guidance thereof, FAA will take action it deems appropriate and as permitted by law to correct any such inconsistency to include finding a provision or clause invalid. Applicable Executive Orders include, but are not limited to:
Executive Order 14148 of January 20, 2025, Initial Recissions of Harmful Executive Orders and Actions.
Executive Order 14151 of January 20, 2025, Ending Radical and Wasteful Government DEI Programs and Preferencing.
Executive Order 14154 of January 20, 2025, Unleashing American Energy.
Executive Order 14168 of January 20, 2025, Defending Women From Gender Ideology Extremism and Restoring Biological Truth to the Federal Government
Executive Order 14173 of January 21, 2025, Ending Illegal Discrimination and Restoring Merit-Based Opportunity.

This amendment will also remove the following AMS clauses from the solicitation:
3.6.2-5 Certification of Nonsegregated Facilities
3.6.2-6 Previous Contracts and Compliance Reports
3.6.2-8 Affirmative Action Compliance
3.6.2-9 Equal Opportunity
3.6.2-35 Prevention of Sexual Harassment
3.6.3-8 Alternatives to Products Containing Ozone Depleting Substances and High Global Warming Potential Hydrofluorocarbons
3.6.3-23 Delivery of Electronic and Paper Documents

Finally, this amendment will extend the Proposal Due Date to no later than 2:00 pm CT on Tuesday, February 18, 2025.

Amendment 0003 - The purpose of this amendment is to incorporate the Site Visit Sign-In Sheets and the Questions and Answers document to this amendment. The drawings and previous inspection/testing reports received from each of the locations included on this solicitation will be posted separately on SAM.gov with this amendment due to the size of each document. There will be no changes to the terms and/or conditions as a result of this amendment.

Amendment 0002 - The purpose of this amendment is to correct the Contract Line (CLINs) Descriptions to remove the 5-Year Services from the option years. Pricing must be submitted utilizing these updated CLINs. Due to the large number of questions received, this amendment extends the Milestone Dates as follows:
Answers out 2/4/25 by 2:00 pm CT
Proposals due 2/13/25 by 2:00 pm CT

There will be no other changes as a result of this amendment.

Amendment 0001 is issued to this solicitation to update the Milestone Dates due to the Executive Order issued by President Biden declaring Thursday, January 9, 2025 a National Day of Mourning for President Carter. The Site Visits at DEN and D01 will continue as scheduled but the site visit scheduled for BJC will move to 2:00 pm Local Time on Thursday, January 16, 2025. This will shift the other Milestone Dates as follows:

Site Visits 1/9/25: 9:00 am Local Time D01 and DEN ATCT immediately following,

1/16/25: 2:00 pm Local Time BJC ATCT

Questions due 1/23/25 by 12:00 noon CT

Answers out 1/29/25 by 2:00 pm CT

Proposals due 2/6/25 by 2:00 pm CT

There will be no other changes as a result of this amendment.

This Solicitation (SIR) is for Fire Life Safety Maintenance and Testing at the Denver Air Traffic Control Tower (ATCT) and Base Building (BB) (DEN), Denver TRACON (D01), and Rocky Mountain Metropolitan Airport Air Traffic Control Tower (ATCT) and Base Building (BB) (BJC) to be completed as required in the Performance Work Statement (PWS) that is located as attachment J-1 of the attached Solicitation 697DCK-25-R-00096.
This acquisition is set aside for Service Disabled Veteran Owned Small Business (SDVSOB). The principal North American Industry Classification System (NAICS) code applicable to this effort is 561621 Security Systems Services (except Locksmiths).
The resulting award will be Firm-Fixed Price Contract.

A Site Visit will be held on Thursday, January 9, 2025 at 9:00 am Local Time starting at the Denver TRACON (D01) and then traveling over to the Denver Air Traffic Control Tower (DEN). Another Site Visit will be held Thursday, January 16, 2025 at 2:00 pm Local Time at the Rocky Mountain Metropolitan Airport Air Traffic Control Tower (BJC). Please email me with the names of those attending and the name of the company they are representing no later than Tuesday, January 7, 2025 by 4:00 pm Central Time. Each company will be limited to two (2) total attendees. The addresses to each of the locations are as follows:

  • Denver TRACON (D01), 26705 East 68th Ave, Denver, CO 80249
  • Denver International ATCT (DEN) C Terminal, 8500 Pena Blvd, Denver, CO 80249
  • Rocky Mountain Metropolitan ATCT (BJC), 11001 Control Tower Drive, Westminster, CO 80021

Please document all your questions while at the site visit and submit them to Jennifer J Davis (jennifer.j.davis@faa.gov) via email by the date and time as directed below. Questions will not be answered during the site visit.

Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 12 noon Central Time on Thursday, January 23, 2025. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Tuesday, February 4, 2025.
All responses must reference the solicitation number (697DCK-25-R-00096) and be submitted to the following email address: jennifer.j.davis@faa.gov.
SA18 PROPOSAL CONTENT

Submission of Offer. An Offeror must submit an offer which includes all the following documents. Any missing or insufficient items will result in a non-responsive determination of the entire offer.
[ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or include a detailed summary of all exceptions taken.
[ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued).
[ ] All of the following sections from the Solicitation must be filled out and submitted:
Section B: SUPPLIES/SERVICES & PRICE/COST thru Section K: REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data).
The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed.
[ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel as required that will manage this contract.
[ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in in Section I, AMS Clause 3.4.1-10 Insurance - Work on a Government Installation (Oct 2020).
[ ] No less than three (3) Past Performance References of similar work (e.g. must be the same type of services of a similar size and scope) to the requirements in this SIR.
[ ] No less than three (3) fully completed Customer Satisfaction Surveys (CSS) must be submitted by a third party prior to the proposal due date to meet the Customer Experience factor. The CSS attached in Section J, attachment number J-2 is required to be used for the Customer Experience Submittals.

SA56 EVALUATION FACTORS FOR AWARD - SERVICES

The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions.
In accordance with AMS Policy Section 3.2.2.3.1.2.2, Communications with Offerors, the purpose of communications is to ensure mutual understanding between the FAA and offerors about all aspects of the procurement, including the offerors' submittals/proposals. Communications with offerors may take place throughout the source selection process, through contract award, and following award as necessary. Offeror responses to Communication Items may be considered in the evaluation of an offeror's proposal. Where communications do not result in any changes in the Government's requirements or SIR, the Government is not required to request or accept offeror revisions.
The Government may hold one-on-one meetings with individual offerors as it pertains to their offers. One-on-one communications may continue throughout the process at the Government's discretion. Communications with one offeror do not necessitate communications with all other offerors. All communications between the Government and offerors must be through the CO or individuals designated by the CO in writing. Offerors must submit written communications to the CO. The FAA also reserves the right to award a contract immediately following the conclusion of evaluations and is not required to conduct discussions or negotiations with the successful Offeror or any other Offeror.
Proposals shall be evaluated as either 'acceptable' or unacceptable' on the basis of the following criteria:
A. Past Performance
Provide a list of no less than three (3) successful contracts that provided services of similar scope and complexity as described in the Statement of Work in this solicitation within the past five (5) years. Be specific and provide details. For each project address the following points:
a) Project Title, description, and contract number
b) Client names, phone numbers, and contact person
c) Dollar Value
d) Scope of Work in detail
e) Percentages of work subcontracted and nature of that work
f) Award and Completion dates
g) Any contractual issues or technical matters disputed, and resolution thereof
h) Any claims and resolution thereof (i.e., nature, number dollar value)
i) Any relevant information that would reflect on the offeror's ability to meet schedule constraints
Standard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. If any of the information required is not included, the Offeror will be considered non-responsive and evaluated as unacceptable. If the Contractor does not have an applicable performance history, then within the cover letter the Contractor must indicate the reason for such absence of past performance history and provide a proposed project management plan to ensure the quality of the services to be performed. Failure to demonstrate the minimally acceptable standards under this factor will result in an "UNACCEPTABLE" rating and possible elimination from further consideration for contract award. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination.
B. Customer Experience
An Offeror is required to have at least three (3) Customer Satisfaction Surveys (CSS) from third party references completed and submitted directly to Jennifer J Davis at jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-2 and is required to be used for the Customer Experience Submittals.
Standard for Review: At least three (3) CSS must be received from third party references before the solicitation deadline with an average rating of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a CSS in the event there is insufficient competition due to the lack of surveys received. Any negative customer review may deem the proposal unacceptable and will be rejected from further consideration. Keep in mind that the FAA may use information other than that provided by the Contractor in connection with this solicitation and apply that information in its final determination.
CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable.
The FAA will evaluate proposals for reasonableness in accordance with AMS Policy Section 3.2.3.2 and AMS Procurement Guidance Section T3.2.3. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. When determining price reasonableness, the Government reserves the right to compare the Offeror's proposed prices to the Independent Government Cost Estimate (IGCE), to published catalog or market prices, to prior prices paid for the same or similar items and services, or as compared to any other sources. The FAA reserves the right to perform price realism and/or cost realism in accordance with AMS T.3.2.3(A)(1). The FAA reserves the right to conduct cost analysis if necessary to ensure a fair and reasonable price and to support the price realism and/or cost realism analysis. The FAA, at its sole discretion, may require additional information to conduct cost and price analysis or reject proposals lacking completeness or consistency.
(End of Provision)

Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (February 18, 2025). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.
DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL ( jennifer.j.davis@faa.gov ). NO PHONE CALLS WILL BE ACCEPTED.
MILESTONES
SIR out 12/12/24

Site Visit Attendee List due 1/7/25 by 4:00 pm CT

Site Visits 1/9/25: 9:00 am Local Time D01 and DEN ATCT immediately following,

1/16/25: 2:00 pm Local Time BJC ATCT

Questions due 1/23/25 by 12:00 noon CT

Answers out 2/4/25 by 2:00 pm CT

Proposals due 2/18/25 by 2:00 pm CT

All submissions must be received no later than 2:00 pm Central Time on Tuesday, February 18, 2025. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted.

The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.

Posted: Feb. 12, 2025, 5:39 p.m. EST
Posted: Feb. 4, 2025, 5:01 p.m. EST
Posted: Jan. 29, 2025, 3:36 p.m. EST
Posted: Jan. 7, 2025, 5:46 p.m. EST
Posted: Dec. 12, 2024, 3:26 p.m. EST
Background
This solicitation is issued by the Federal Aviation Administration (FAA) for Fire Life Safety Maintenance and Testing at various locations including the Denver Air Traffic Control Tower (DEN), Denver TRACON (D01), and Rocky Mountain Metropolitan Airport Air Traffic Control Tower (BJC).
The goal of this contract is to ensure the proper functioning and compliance of fire life safety systems in accordance with applicable standards. This acquisition is set aside for Service Disabled Veteran Owned Small Business (SDVSOB) and will be awarded as a Firm-Fixed Price Contract.

Work Details
The contractor will be responsible for inspecting, testing, and maintaining the Fire Life Safety Systems at the following locations:
1. Denver International ATCT (DEN) – C Terminal, 8500 Pena Blvd, Denver, CO 80249
2. Denver TRACON (D01), 26705 East 68th Ave, Denver, CO 80249
3. Rocky Mountain Metropolitan ATCT (BJC), 11001 Control Tower Drive, Westminster, CO 80021.
The work must comply with National Fire Protection Standards and FAA Order JO 6930.1B Fire Prevention.
Specific tasks include quarterly services, semi-annual services, annual services, and five-year services as detailed in the Statement of Work attached as J-1.

Period of Performance
The period of performance for this contract is from April 1, 2025 to March 31, 2030, with options for additional years.

Place of Performance
The contract will be performed at three locations in Colorado: Denver International ATCT (DEN), Denver TRACON (D01), and Rocky Mountain Metropolitan ATCT (BJC).

Overview

Response Deadline
Feb. 18, 2025, 3:00 p.m. EST (original: Jan. 30, 2025, 3:00 p.m. EST) Past Due
Posted
Dec. 12, 2024, 3:26 p.m. EST (updated: Feb. 13, 2025, 1:08 p.m. EST)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Denver, CO 80249 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Signs of Shaping
100% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 12/12/24 Southwestern Region issued Synopsis Solicitation 697DCK-25-R-00096 for Fire Life Safety Maintenance and Testing at DEN, D01, BJC due 2/18/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561621 (SBA Size Standard $25 Million) and PSC H212.
Primary Contact
Name
Jennifer J Davis   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 697DCK-25-R-00096

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 697DCK-25-R-00096

Award Notifications

Agency published notification of awards for Synopsis Solicitation 697DCK-25-R-00096

Contract Awards

Prime contracts awarded through Synopsis Solicitation 697DCK-25-R-00096

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 697DCK-25-R-00096

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 697DCK-25-R-00096

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 697DCK REGIONAL ACQUISITIONS SVCS
FPDS Organization Code
6920-697DCK
Source Organization Code
500000015
Last Updated
March 5, 2025
Last Updated By
jennifer.j.davis@faa.gov
Archive Date
March 5, 2025