Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

63 -- Fire/Safety Warning System to be installed in various buildings at Fort Chaffee Maneuver Training Center, Fort Chaffee, AR.

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
 
ZIP Code
72199-9600
 
Solicitation Number
W912JF-05-T-0006
 
Response Due
8/31/2005
 
Archive Date
10/30/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. W912JF-05-T-0006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acq uisition Circular (FAC) 2005-04. This is a Service-Disabled Veteran-Owned Small Business Set-aside. The North American Industry Classification System (NAICS) code for this project is 238210 with the size standard of $12.0 million dollars. LINE ITEM: 0001 BARRACKS, FIRE/SAFETY WARNING SYSTEM & CO2 SENSORS LINE ITEM: 0002 BILLETING, FIRE/SAFETY WARNING SYSTEM & CO2 SENSORS LINE ITEM: 0003 BILLETING, FIRE/SAFETY WARNING SYSTEM LINE ITEM: 0004 VARIOUS TYPES OF BUILDINGS, FIRE/SAFETY WARNING SYSTEM LINE ITEM: 0005 DINING FACILITIES, FIRE/SAFETY WARNING SYSTEM LINE ITEM: 0006 VARIOUS TYPES OF BUILDINGS, FIRE/SAFETY WARNING SYSTEM A proposal worksheet has been prepared for vendors to submit their quotes. The worksheet will be provided upon request. Contact Tom Campbell, at 501-212-4403 or email Thomas.campbell@ar.ngb.army.mil. 2. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. 3. DESCRIPTION/SOW: FIRE/SAFETY WARNING SYSTEM This project is to install and/or upgrade fire alarm system at the Fort Chaffee Maneuver Training Center (FCMTC). Each listed facility will have fire/smoke detection units, manual alarms, local enunciation/warning devices and system control panel. Specif ied facilities will also include CO2 detection/alarm. Vendors will be provided an opportunity to access site and perform evaluation prior to submitting a proposal. The vendor will evaluate the current system to identify which existing components are salvageable, reusable or upgradeable and will be retained. The vendor will ensure retained components are compatible with new system control panels to be installed. All detection and warning devices will, at a minimum, meet NFPA Code. The new system is to have the capacity for expansion without replacing equipment or components. Expansion capabilities are to include, but are not limited to, intrusion detection, access control, personnel alerting (mass notification,) and energy managemen t control. The new control panels will be low voltage, automatic, integrated, telecommunication-compatible units. Each control panel will, at a minimum: " Have the capacity to monitor 60 zones. " Have two class A or four class B (switch selectable) zones, and two auxiliary zones. Zones may be added in increments with zone expansion cards. " Panels are to have the capacity to plug in auxiliary output cards that can provide eight programmable outputs. The vendor will provide system operation/maintenance training for up to four (4) FCMTC personnel, troubleshooting/repair manuals and any access codes required for system maintenance. Vendor will not have proprietary locks or codes which force exclusive se rvice contracts for future servicing. System will be warranted one (1) year from contract completion for labor and equipment. General breakdown of requirements per building: " Remove existing fire alarm control panel, area smoke detectors and alarm bells. " Install new alarm control panel. Connect to existing electrical panel (120V a/c power). " Remove existing heat detectors and manual pull stations. Check for proper operation. These devices are to be reused if compatible, functional and replaced if defective. " Check all existing wiring for defects, may reuse if serviceable and in accordance with code. Repair/replace as required. Existing raceway/wiring is to be reused where possi ble. Where new wiring is required, it will consist of approved fire alarm cable. Cable will be run above dropped ceilings and other like areas where practical. If cable must be installed in exposed areas, it will be run in conduit raceway. Existing wir ing not reused will be disconnected from power source and abandoned in place. " Install new area smoke detectors. The existing interior bell type audible alarms are to be removed and replaced with horn/strobe audible alarms. Horns are to have a 3-tone temporal mode. Install components in existing locations if acceptable. Relocate if required to comply with NFPA code " Reinstall functional heat detectors and manual stations. All detectors, manual stations, panels and other existing components that are not usable or compatible are to be disposed of by the contractor. " Connect the existing duct detectors to the new system. (This presumes that the existing duct detectors have auxiliary unused alarm contacts available for connection). In buildings where no duct detectors exist or where existing duct detectors are incompa tible, install new. " Every device is to be tested for proper operation and reporting capabilities. Provide written test report. " Locally powered single station units are to be replaced with equal quantities and in same locations if acceptable. Relocate or install additional as required to comply with NFPA code. All components are to be powered by the new control panel and connecte d such that operation of the smoke detector will sound the local internal audible while operation of the associated heat detector will activate the fire alarm panel. Where no other alarm notification exists, the units will also be connected so that all int ernal audible devices will activate on general alarm. " Although all tested, functional, low voltage heat detectors and pull stations are to be reinstalled, existing panel operated smoke detectors are to be replaced with units compatible with the new fire alarm panels. This is required due to the extended age and voltage requirements of the existing units. All battery operated smoke detectors are to be replaced and wiring will be installed and connected to the new panel. " All initiation and notification circuits will be connected NFPA Style B as is consistent with existing systems. " All buildings listed in the Barracks section and all buildings listed in the Billeting section that have gas supplied heat are to have CO2 sensors installed. The CO2 sensors are to be mounted on the return duct with a remote probe implanted into the duct . The sensors are to be electronically controlled. A new circuit will be required for powering the sensor. Buildings that do not already have a smoke detector on the return duct will require a combination CO2 /smoke detector installed with accompanying ele ctric circuit. " To access the installation for the site visit, contact Justin Kraker at phone# 479-484-2951, cell# 479-462-2163 or fax attn. Mr. Kraker, 479-484-2216. 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Water and electricity shall be furnished to the Contractor by the Government from existing system outlets and supplies at no cost to the Contractor. 5. GENERAL INFORMATION. 5.1. Security Requirements. The contractor and its employees shall conform to all base regulations and directives pertaining to security, safety, traffic, fire, and personnel clearances in so far as they pertain to contractors activities on Ft Chaffee, AR. 5.2. Coordination. The point of contact for all work on this project is LTC Tarry Marlar, at 479-484-2840 or designated alternate CPT Drew Donoho 479-484-22260. 5.3 Site Visit. A site visit is scheduled for 10 August 2005, 8:00 A.M. CDT. The point of contact is Tom Campbell, 501-212-4403. 5.4 Material Submittals: In order to determine that the product a contractor proposes to install meets the requirements of the Statement of Work two copies of the Manufactures product literature that clearly identifies the item by (i) Brand name, (ii) Make or model number; (iii) descriptive literature such as illustrations must be included with the quotation. 6. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items, 52.212-3, Offerors Representation and Certifications-Commercial Items, 52.237-1 Site Visit, and 252.225-7000 Buy American Act--Balance of Payments Program Certificate are hereby incorporated by reference. Offerors must include, with its offer, a completed copy of provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items. Clause 52.212-2, Evaluation Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. 7. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-7, 52.209-6, 52.219-27, 52.219- 8, 52.228-5, 52.232-33, 52.233-2, 52.233-3, 52.237-2, 52.242-13, 52.242-15, 52.243-1, 52.247-34, 52.249-8, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004 Alternate A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.243-7001. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 5 2.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Electrician, Maintenance, Monetary Wage-Fringe Benefits: WG-10, $17.47; The incorporated Wage Determination 94-2037, Rev. 29, Area: AR, Fort Smith, dated 06/03/2005, is applicable. The web site is http://www.ceals.usace.army.mil/. 8. Responses to this RFQ must be received no later than 3:00 P.M. CDT on 31 Aug 05 to USP&FO for Arkansas, DCSLOG-PC Bldg 7100, Box 003 Camp Joseph T. Robinson, North Little Rock, AR 72199-9600 by mail or facsimile. An official authorized to bind your comp any shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The full text of the provisions and clauses may be accessed electronically at web sites http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Tom Campbell, Contract Specialist, Phone 501-212-4403, FAX 501-212-4419, E-mail: thomas.campbell @ar.ngb.army.mil. Point of Contact 9. Tom Campbell, Contract Specialist, Phone 501-212-4403, Fax 501-212-4419, E-mail: Thomas.campbell@ar.ngb.army.mil or LTC Randall Westenhaver, Contracting Officer, Phone 501-212-4400, Fax 501-212-4403, Email: randall.westenhaver@ar.ngb.army.mil.
 
Place of Performance
Address: Fort Chaffee Maneuver Training Center 1389 4th Avenue Fort Chaffee AR
Zip Code: 72905-1370
Country: US
 
Record
SN00862502-W 20050806/050804212401 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.