Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

Z -- Installation Fire Alarm System - Replacement, Defense Distribution Depot Susquehanna (DDSP), New Cumberland, PA

Notice Date
6/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-R-0027
 
Response Due
8/18/2006
 
Point of Contact
DONNA KAUTZ, CONTRACT SPECIALIST, Phone 717-770-6563, Fax 717-770-7591,
 
E-Mail Address
donna.kautz@dla.mil
 
Description
Contractor shall provide all labor, transportation, materials, equipment, supplies and supervision to perform Installation Fire Alarm System – Replacement, Defense Distribution Depot Susquehanna (DDSP), New Cumberland PA The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the conditions attending the work will not be sufficient reason for any increase in contract price Project Description: Provide the necessary labor, materials and equipment for the repair and upgrade of the existing base-wide fire alarm system as follows: The existing DDSP Installation consists of over 45 buildings. Fire alarm systems are provided for the majority of the buildings. Building fire alarm signals are monitored in one of two ways: (1) RF Transmission of fire alarm signals to the existing RF receiving/transmitting station at the 911 building and (2) monitoring of fire alarm signals by the existing 100mA Mcculloh Loop System. The objective of this project is two part; first, to upgrade the base fire alarm signaling system at the DDSP Installation and second, to upgrade the fire alarm initiating and notification systems in individual Buildings throughout the DDSP installation. The first part of the project consists of upgrading the base fire alarm signaling system by either of the following two methods. 1. Retain the existing one-way RF system as presently installed to include the base monitoring station at building 911 and the individual receiver/transmitter at various buildings as identified. The existing base monitoring station is a Vision 21 system manufactured by Sigcom. The existing receiver/transmitters are Sigcom 8MTJ-A-16 series radio alarm boxes. The existing Sigcom vision 21 base monitoring station and the existing Sigcom 8MTJ-A-16 series radio alarm boxes shall be upgraded as necessary to comply with plans, specifications and appropriate current NFPA requirements. The remaining building as identified that do not currently have a Sigcom 8MTJ-A-16 series radio alarm box are required to be provided and installed with such to be compatible with the existing Sigcom system. The following buildings currently have existing Sigcom 8MTJ-A-16 series radio alarm boxes presently installed and in use: 1, 14, 49a, 49b, 73, 79, 80, 87, 89, 149, 250, 255, 268, 286, 300, 315, 351, 400, 401, 459, 2001, 2003 and 2012. 2. Remove the existing one-way RF system as identified in buildings 1, 14, 49A, 49B, 73, 79, 80, 87, 89, 149, 250, 255, 268, 286, 300, 315, 351, 400, 401, 459, 2001 and 2012 in its entirety. Remove the existing two-way RF system as identified in Building 2003 in its entirety. In accordance with the plans and specifications, replace the existing RF system with a new one-way RF system in these buildings (except for Building 2003, which shall receive two-way RF) and also the other buildings identified that do not currently have an existing RF system. Also, this work includes providing and installing a new base monitoring system and a redundant base monitoring system in accordance with the plans and specifications in building 911. The existing base monitoring system shall remain as is. In either method above, all components either new or retained/upgraded of the base fire alarm signaling system shall comply with the plans and specifications. Also, the system shall comply with the requirements of a proprietary supervising station fire alarm system as defined in NFPA 72. In addition, the system shall comply with narrowband frequency requirements and the system equipment must be approved by the joint interoperability testing command. The existing 100 mA McCulloh loop system shall be demolished in its entirety. The second part of the project consists of upgrading the fire alarm initiating and notifications systems in the individual buildings throughout the DDSP Installation as identified on the contract drawings and shall be accomplished in accordance with the plans and specifications. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 400 calendar days after receipt of Notice to Proceed. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238210. The small business size standard is $13,000,000. The magnitude of this construction effort is between $1,000,000 and $5,000,000. The tentative timeframe for issuance of Request for Proposal (RFP) SP3100-06-R-0027 for the above stated requirement is the week of July 17, 2006. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the proposal due date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.eps.gov. Hard copies of the solicitation SP3100-06-R-0027 will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. All responsible concerns may submit a proposal which shall be considered by this agency. The Government intends to award one contract as a result of this proposal. Award will be made using the lowest priced technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. The solicitation will detail the evaluation factors for award. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-06-R-0027/listing.html)
 
Place of Performance
Address: Defense Distribution Depot Susquehanna (DDSP) New Cumberland PA
Zip Code: 17070
Country: USA
 
Record
SN01160145-F 20061004/061002222200 (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.