Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
MODIFICATION

Z -- IDQ Repair Fire Alarms Base Wide

Notice Date
7/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
 
ZIP Code
73705-5036
 
Solicitation Number
IFB131B
 
Point of Contact
Rick L Murrow, Phone: 580-213-6054
 
E-Mail Address
rick.murrow.ctr@vance.af.mil
(rick.murrow.ctr@vance.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice to Offerors: Funds are not currently available for this project. No award will be made under this solicitation unless funds are provided. No guarantee of funding is implied and CSC reserves the right to cancel this solicitation, either before or after the closing date should the U.S. Air Force not provide stimulus funding for this solicitation. In addition to the uncertainty of stimulus fund availability and to allow for funds possibly being provided late into 2009 the offers received will be required to have an acceptance date through December 31, 2009. Please take this in to consideration on both the impact to your bonding capacity and the unusual length of time your offer is required to be honored should funding be provided and contract award result. IDQ Repair Fire Detection Base Wide CSC Applied Technologies LLC (CSC) is contemplating the issue of solicitation IFB131B for an Indefinite Delivery Quantity (IDQ) to Repair Fire Detection Base Wide. Offerors should consider the impact to their bonding capacity and the absence of any economic price adjustment mechanism when considering bidding on this IDQ. Funds are not currently available for the contemplated IDQ and have not been promised or guaranteed. There shall be no legal liability on the part of the Government or CSC should funding not be provided. In the absence of funding no IDQ contract will result. The fully designed project includes fire alarm panel replacement Base wide. This IDQ will consists of: 1. Furnish all materials, labor, supervision, equipment, transportation, fuels, and taxes, necessary for completion of all work listed in these specifications, shown on the project drawings, and on associated documents. 2. Radio Alarm Transmitters: In listed facilities, replace the hard-wired remote alarming notification circuit between the facility Fire Alarm Control Panel (FACP) and the base old Central Fire Alarming Receiving Panel, with a narrow band FM radio transmitters and mounting of the hardware, including installation of raceway and conductors to connect the FACP to the new radio transmitter. This also requires programming the PPE to recognize and correctly display facility status, trouble, alarms, zones, rooms, and device information where shown. As part of this overall work, remove the coded hard wired facility fire alarm notification system back to each facilities communications room with interface devices, and demolish and remove the existing hard wired central coded fire alarm receiving panel, part of the PPE in facility 140. 3. Fire Alarm Panels: Replace older fire alarm panels in buildings listed in the facilities schedule. Where required by code, this shall include replacement initiating, annunciating and notification devices where panel voltages increase. In facilities with more than one room, fire alarm devices shall be intelligent. 4. Secondary and tertiary PPE: Provide and install two sets of Central Fire Alarm Receiving Panels (PPE) in a remote facility on base as directed. Each set of PPE will consist of an independent narrow band FM radio transmitter / receivers, antenna, Monaco D21 digital type fire alarm receiving panel, and a Network Control Annunciator with Fiber Network Module using fiber optic communication to receive fire alarm information (both identical to the ones presently in facility 140), and a printer to be shared with the two fire alarm panels. This includes installing software in 2 above and programming both radio interface fire alarming systems to recognize the signals coming to them, installing two fiber switching device in facility 500 to form a class A fire circuit, installing a power circuit to serve each PPE, and connecting to the fiber cables in the facility communications room with a Class A fiber circuit. When complete, both of these PPE and the PPE in facility 140 shall function as identical images. This work also includes installing a server to tie the facility 140 Monaco D21 and Network Control Annunciator to the local printer. 5. Software: Provide and install latest revision software, with base license, for the existing Monaco Central Fire Alarming Receiving Panel (PPE) and install in the two PPE in item 3, with the ability to receive an alarm from a facility, and indicate and record the location of the alarm, type of alarm, date and time, and other information required by code. This includes programming all three PPE with radio receiving capability, to indicate the same with the same input. The person monitoring the PPE, would receive an alarm, and shall by selecting radio buttons, switch to an outline of the affected facility with entry doors noted and facility number, then further drill down from the outline of the facility, to an outline of the facility zone or room with number, to the device in alarm, as applicable based on available signals transmitted to and programmed into the PPE. 6. Fire Alarm Printer Connection: Provide and install a data switch in facility 140 to allow the existing Network Control Annunciator to connect, along with the existing Monaco D-21 PPE panel, and print to the existing fire alarm printer. 7. For facilities 421 and 423, on a facility basis, provide and install points to input room level fire alarming between the facility FACP and the Monaco antenna, transmitting room level alarm information, to the Monaco PPE. This includes associated programming of the local Fire Alarm Control Panel and the PPE to recognize and correctly display facility status, tamper, trouble, alarms, and room information. 8. For facility 672, provide and install points to input room and simulator level fire alarming to the Monaco antenna, transmitting room and simulator level alarm and trouble information, to the Monaco D-21 PPE. This includes associated programming of the local Fire Alarm Control Panel and the PPE to recognize and correctly display facility status, trouble, alarms, and room information. The number of points will be forwarded by March 10, 2009. 9. Provide unit price to install a set of eight (8) output/input points between the facility FACP and the facility Monaco narrow band FM radio transmitter for the facility, to transmit additional information points to the PPE. This includes associated programming of the facility FACP and the PPE, to recognize and correctly display facility status, trouble, alarms, zones, rooms, and device information. 10. Other work in accordance with plans and specifications to provide complete and operable individual facilities, to central fire alarm control control panels and auxiliary central fire alarm control panels, functioning on VHF narrow band radio frequency and fiber optics. All work shall be in accordance with the plans and specifications to provide a complete project. Quality Control, adherence to the plans and specifications and timely completion of any work funded will be the responsibility of awardee should a contract result. NAICS 238990, Small Business Set Aside Small Business Size $14M. Magnitude for entire IDQ is $1M - $5M Estimated Solicitation Issue Date: July 9, 2009 Once issued, please refer to the Solicitation Documents Folder of the solicitation download in the file "Solicitation Offer and Award" to confirm the following dates Pre-Bid, 28 July, 2009, 10:00 a.m. at Vance AFB, OK meeting will begin in Building 200 Conference Room 123. Bid Opening, 18 August, 2009 at 2:00 p.m. to be held at Building 200 Conference Room 123. Both above dates are subject to change. Please verify prior to dates shown to assure the scheduled events will occur as stated here. Please note: All interested persons wishing to attend the, non-mandatory but highly recommended, Pre-Bid Meeting to be held at Vance AFB must provide the following information a minimum of five (5) days prior to the Pre-Bid Meeting. Company, Address, City, State, Zip, Individuals Name expecting to attend, and a contact phone. Provide all of above via E-mail to rick.murrow.ctr@vance.af.mil. Failure to provide this information may result in not being given access to the Field. Questions or clarifications should also be directed to either E-mail address rick.murrow.ctr@vance.af.mil or jerry.cornwell.ctr@vance.af.mil. IFB131B package is expected to be available on or about the Estimated Solicitation Issue Date shown above at our Web page http://ifb.csc.com as a zip file. No hard copies of the solicitation will be available. Once solicitation zip file is posted for download, when accessing the ifb.csc.com web page use an IBM compatible computer running Microsoft Internet Explorer 5.0 or higher to access the http://ifb.csc.com Web page. Your browser must be set to accept cookies and if you are running a pop-up blocker or fire wall programs you may need to configure them to accept traffic from our page to allow the download page to work properly. IBM compatible computers running Windows XP with Service Pack 2 installed will need to add our site to the Trusted Sites of their Microsoft IE browsers and set the Privacy to Low to allow for our page to work properly. The solicitation file will be a zipped file which you must save to your computer and unzip before the files it contains will be usable. This solicitation will also be available for download as a zip file from the FBO Vance AFB page. After solicitation issue it is your responsibility to check our Web page frequently for possible addenda or other items that may affect the solicitation. Attention Bid Services, please post this entire synopsis including all instructions if you are providing notice of this project to your clients. Failure to do so will result in inadequate information and may result in your clients not being able to readily access pertinent project information needed to bid the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB131B/listing.html)
 
Place of Performance
Address: Vance AFB, 3 Miles South of Enid, OK, Enid, Oklahoma, 73703, United States
Zip Code: 73703
 
Record
SN01877713-W 20090718/090717000354-e218ffe6e82f6bd3a56496a85462a70c (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.