Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

Z -- New Alarm System and Control Center

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building 20 North 8th Street, 8th Floor, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
GS-03P-06-CD-C-0092
 
Response Due
10/3/2006
 
Archive Date
10/18/2006
 
Description
This requirement is for a firm to design, provide, install, and test a new, complete class A wired, peer to peer intelligent multiplex analog addressable voice evacuation fire alarm system including UL Listed central station monitoring and include a Kitchen Fire Suppression System and New Command Room for the Social Security Administration Data Operation Center main building and two maintenance buildings in Wilkes Barre, Pennsylvania. The system shall also comply with the requirements of a UL Listed proprietary supervising station. UL listed central station monitoring shall be part of this contract. The Complex consists of a main building and a Maintenance Facility(two small out buildings). All existing initiating devices including manual pull stations, smoke detectors, duct smoke detectors, and heat detectors shall be replaced with new devices. Additional initiating devices shall be provided as required by ADA, NFPA 72 and the technical requirements of this RFP. Existing automatic sprinkler water flow and tamper switches and other monitoring points shall be provided with new addressable interface devices and connected to the new fire alarm system. The work includes replacing all existing computer room and other sub systems within the main building. Remote LED light indicators shall be provided for all concealed devices. The LED shall be clearly visible at all times. The Maintenance Facility(two small buildings) shall be provided with complete smoke/heat detection. The contractor shall run fire alarm fiber optic wiring inside a 2? underground conduit to connect the main building?s main fire alarm control panel to the maintenance building?s fire alarm control panel. The underground conduit has been installed under a separate contract. All system interfaces provided by these subsystems shall be converted to the new fire alarm system. A new voice communication system and fireman?s telephone system shall be provided. All existing fire alarm equipment shall be carefully removed, properly packaged, and returned to SSA in working order after acceptance of the new system. Unless approved by GSA, all existing fire alarm conduit and wire shall be removed and discard and surfaces shall be repaired, patched, and repainted to match existing. The building will be occupied during the entire duration. The successful firm must have previous experience with similar projects. GSA has defined similar size and scope to be: new construction or major renovation of an office building (Governmental, Courthouse, or Institutional) of approximately $1 million dollars or more. The contractor's personnel will be required to obtain security clearances prior to working on this project. The approximate duration of the contract is 365 calendar days from the Notice to Proceed. The estimated cost of this project is over 1 million dollars ($1,000,000.00). Award will be full and open competition. The procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on technical merit with respect to demonstrated successful past performance, current projects, Team Organization/Communication qualified/experienced personnel and on their price proposals. The acquisition process shall consist of two phases: Phase 1- Receipt and evaluation of technical proposals utilizing selected drawings and a draft RFP with the technical evaluation factors. Phase 2 - Develop an advisory short list based on technical qualifications/proposals of the most technically qualified firms. In this stage, GSA will advise each respondent that participates in Phase 1, in writing, as to whether or not it will be invited to participate in Phase 2, or that it is unlikely to be a viable competitor. GSA will advise the responding firms considered not to be viable competitors and the basis of GSA's opinion. GSA will inform all respondents that not withstanding the advice provided by GSA in response to their submission in Phase 1, they may participate in Phase 2. Phase 2- Receipt and evaluation of price proposals based on 100% construction documents (a competitive range will then be developed by the Contracting Officer). Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer during Phase 1 will preclude further participation on this acquisition. For this procurement, technical evaluation factors are more important than cost or price. The Government has reserved the right to make an award at completion of Phase 2. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Past Performance, 2. Key Personnel & Experience.,3. Current projects in the last five years. 4. Project Team Organization and Communication process. The NAICS code applicable to this project is 238990. This procurement is being solicited under full and open competition. This announcement also constitutes the synopsis of the pre-invitation notice. Copies of this Solicitation (RFP) minus drawings will be available approximately 10/03/2006. To be included on our GSA source list, and for copies of the initial (selected) drawings, available approximately October 3, 2006 please mail, fax or email your request to Priscilla Bryant at GSA, Allegheny Service Center(3PK), The Strawbridge Building, 20 N. 8th Street, 8th Floor, Philadelphia, PA 19107;fax (215) 209-0557 or email priscilla.bryant @gsa.gov reference Solicitation Number GS-03P-06-CD-C-0092 for identification purposes, TELEPHONE REQUESTS WILL NOT BE HONORED. Prior to the issuance of the RFP, contractors must comply with the Document Security Notice by completing it and faxing it to the address above.(Attached Document) Additional information on how to obtain 100% Solicitation documents will be issued in the solicitation. A Pre-Proposal Conference will be held on October 17, 2006 at 10:30 a.m. at the Social Security Administration Data Operations Center, 1150 East Mountain Drive, Wilkes-Barre, PA. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security, please provide your Company Name and all potential attendees full names to priscilla.bryant @gsa.gov no later than September 29, 2006. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration.
 
Place of Performance
Address: Social Security Administration, Data Operations Center, 1150 East Mountain Road, Wilkes Barre, PA
Zip Code: 18702
Country: UNITED STATES
 
Record
SN01147324-W 20060920/060918221602 (fbodaily.com)
 
Source
FedBizOpps 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.