Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
MODIFICATION

Z -- Replace Fire Alarm System

Notice Date
5/31/2007
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Tenant Operations, Greater Chicagoland Service Center (5PT1), 230 S. Dearborn Street Room 3180, Chicago, IL, 60604, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS05P07SIC0003
 
Point of Contact
Lacie Kaiser, Contract Specialist, Phone 312-353-4247, Fax 312-886-4695, - Lisa Jones, Contracting Officer, Phone (312) 886-6913, Fax (312) 353-2424,
 
E-Mail Address
lacie.kaiser@gsa.gov, lisamichelle.jones@gsa.gov
 
Description
***UPDATE: The estimated date for the solicitation package to be ready is during the week of June 18, 2007. Please keep checking FedBizOpps.gov for further updates.*** This procurement is for "Replace Fire Alarm System" at the U.S. Customhouse, 610 South Canal, Chicago, Illinois. Briefly, and without force and effect upon contract documents, work of contract can be summarized as follows. The Contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools, and equipment to provide a new supervised, non-coded addressable, multiplex voice type fire alarm system that is independent and separate from the building?s existing status and temperature control system. New wiring and conduit raceways, terminal cabinets, outlets and mounting boxes, control equipment, alarm and supervisory signal initiating devices, alarm indicating devices, addressable devices, field addressable interface devices, visual and audible notification appliances are also needed. The contractor shall provide the following: New fire alarm speakers and notification devices (Fire Alarm Strobes) shall be so arranged so that each adjacent appliance is on its own separate circuit, i.e., two speaker/strobes circuit per floor. These separate circuits for both speakers and strobes shall be distributed vertically in two separate remote vertical risers. New water-flow detectors, pressure switches, tamper switches for each building sprinkler system. New manual fire alarm pull stations at various locations, new photoelectric smoke detectors in each electrical, main telephone equipment rooms and similar rooms. New smoke duct smoke detectors to initiate shutdown of dedicated air handlers. New fire alarm speakers in stairwells and elevator cabs for manual emergency communication from command center. Remote annunciator panel at the main lobby entrance where fire department enters the building. Computer and system printer to record all alarm, supervisory, and trouble conditions without loss of signal. New smoke detectors in all elevator lobbies and elevator machine rooms, only activation of these detectors shall cause recall of elevators. Automatic voice type fire alarm system that shall be design for total evacuation with pre-recorded messages. Upgraded electrical and mechanical equipment relative to this project where necessary. This is a negotiated procurement and is open to all business concerns. The North American Industry Classification System (NAICS) Code is 238210 with a small business size standard of $13.0 million. The estimated cost range for this project is between $1,000,000.00 and $5,000,000.00. The solicitation will be available on or about October 20, 2006. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOpps and the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October, 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL http://www.FedTeDS.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled ?Register with FedTeDS? and then choosing the ?Vendor Registration Form? hyperlink. At a minimum all vendors must supply the following information: (Your Company?s Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company?s, CCR Point of Contact) your Company?s DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), your telephone number, and your e-mail address. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Any questions regarding this notification should be directed to the Contracting Officer whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation. Mail, facsimile, telephonic or electronic mail requests will not be honored.
 
Place of Performance
Address: U.S. Customhouse, 610 South Canal, Chicago, Illinois
Zip Code: 60607
Country: UNITED STATES
 
Record
SN01306864-W 20070602/070531221706 (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.