Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOURCES SOUGHT

63 -- Replacement of Fire Alarm System

Notice Date
6/2/2008
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 1940 Allbrook DriveSuite 3Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
F4F2AA8154A001
 
Response Due
6/9/2008
 
Archive Date
8/1/2008
 
Point of Contact
Will Hill, 937-522-4544
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: The Air Force is seeking sources for apotential 100 percent set-aside for HUBZone, or Service Disabled Veteran Owned Small Business (SDVODS) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. TITLE/DESCRIPTION: This is a sources sought for planning purposes only: Project replaces the Fire Alarm System (FAS) in the building to include fully addressable devices (heat detectors, pull stations, HVAC sensors, etc) that will report to the new fire alarm panel. The system will support alarm and voice evacuation notices over speakers for both fire alarm and mass notification using both live and pre-recorded messages. The existing sprinkler suppression system will be modified to include flow switches on each floor of each wing of the building, and the current Aqueous Film Forming Foam (AFFF) suppression system shall be maintained and tied into the new fire alarm panel. The project shall also provide a new shunt-trip device (emergency E- Stop) to disconnect power to the pumps on the adjacent S Fuel Farm whenever the FAS go into alarm. DOLLAR VALUE: $250,000 to $500,000 SPECIAL REQUIREMENTS/CONCERNS: The technical nature of this project requires careful attention to detail and a contractor with specialized experience in the design (licensed fire protection engineer) and installation of fire alarm systems. Installers are required to be certified by the National Institute for Certification in Engineering Technologies (NICET). Thorough knowledge and experience is also required in National Fire Protection Agency (NFPA) codes. The building is to remain occupied and operational (fuels research) to the greatest extent possible during construction; therefore, extensive coordination will be required between the Contractor, Civil Engineering, and the Air Force Research Laboratory, Propulsion Directorate, Fuels Laboratory. PERFORMANCE PERIOD: 240 Days This is not a notice of solicitation issue. This Sources Sought Notice does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Governments acquisition approach. The North American Industry Classification System (NAICS) code is 238210. PRIME contractors who are HUBZone and/or SDVOSB and who intend to submit a bid for this solicitation MUST submit the following by 12:00 p.m. (EST) on 9 June 2008: (1) A positive statement of your intention to submit a bid for the forthcoming solicitation as a Prime Contractor; (2) Date of HUBZone and or SDVOSB certification; (3) Listing of experience in work similar in type and scope that you identified to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers; (4) Evidence of capability to be bonded for bid, performance and payment bonds; (5) If you are a HUBZone considering a joint venture, you will need to provide proof that this consideration has been forwarded to the cognizant SBA office for approval. Firms interested should provide the above documentation; e-mail and faxed responses will be accepted. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested HUBZone or SDVOSB concerns. Responses shall be limited to five (5) pages. Failure to submit all information requested would result in a contractor being considered not interested in this requirement. The mailing address for responses is 88 CONS/PKC, 1940 Allbrook Dr, Ste #3, Wright-Patterson AFB, OH 45433-5309. The solicitation/RFP will be issued electronically. It will be posted on the Federal Business Opportunities (FBO) website at: http://www.fedbizopps.gov/ and the Wright-Patterson AFB Pre-Award Information Exchange System (PIXS) website: https://www/pixs/wpafb.af.mil/. NO HARD COPIES WILL BE ISSUED FOR ANY REASON. The Department of Defense (DoD) has determined the Central Contractor Registration (CCR) to be the Single DoD registration for contractors who conduct business or who are interested in conducting business with the Department. Defense procurement and finance policies require contractors to be registered by for consideration in future solicitations, awards, and payment. DoD contracting officers worldwide will use CCR to identify sources and financial officers will use it to make payments. To register in CCR, you may use one of the following methods:(a) Call telephone number 1-888-CCR-2423 for further information.(b) Input directly to CCR through the interactive World Wide Web application at http://www.ccr.gov/. Contractors must be registered in CCR prior to award for any solicitations. For more information on "Replacement of Fire Alarm System", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5650
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b59c5a1fd6edd9252a915c40f120ecbd&tab=core&_cview=1)
 
Place of Performance
Address: Wright-Patterson AFB45433United States
Zip Code: 45433
 
Record
SN01584836-W 20080604/080602220159-b59c5a1fd6edd9252a915c40f120ecbd (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.