Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

63 -- RECOVERY 63--Upgrade/Replace Fire Alarm System NAVAHCS -Prescott, AZ

Notice Date
8/26/2009
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;650 E. Indian SchoolRd.;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-09-RA-0200
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Justin D. HicksJustin.Hicks@va.gov602-212-2163
 
E-Mail Address
Contract Specialist
(Justin.Hicks@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY PROJECT - Construction Project 649-09-104, Upgrade FireAlarm System, Bob Stump VA Medical Center. The Phoenix VA HealthcareSystem (PVAHCS), Phoenix Arizona, intends to issue a solicitationrequesting bids to provide all work shown on the drawings and includedin the specifications. Work includes, but is not limited to: providinga new automated voice fire alarm control panel with voice overridecapabilities within a new command center room located on the first floorBldg 107. Additionally, this project installs new fire alarm devicesthat shall be per wing/per floor zone circuited throughout the mainhospital. New devices shall include but not limited to new smokedetectors, heat detectors, pull stations, voice speakers, combinationhorns/strobes, strobes, tamper/flow switches (connected to existing firerisers), duct smoke detectors and test switches, elevator recall andcontrol modules. Fire Alarm Booster Panels shall be located one (1)each floor (multiple booster panels per floor shall be as required)located within each floor core storage room, basement mechanical room,and the penthouse. The existing system is a Honeywell Notifier firealarm system; the products used on Notifier panels are UL listed to beused with system. The SLC devices are specific to the panel'scommunication protocols. This protocol is proprietary and unique to thepanel. The existing system shall remain in operation until the new firealarm system has been installed, tested, and approved. This will beaccomplished per wing, per floor until eventually all existing deviceshave been removed from the existing system. At that time the existingfire alarm panel and voice override cabinet will be demolished. Inaddition, this project has been phased to include installs of new firealarm control panels in additional buildings on-station. Architecturalwork shall include installing a fire rated interior wall for the newcommand center room, include limited demolition and surface repairs ofceiling and walls throughout the buildings as needed after demolition ofexisting fire alarm device and new fire alarm device installations.Performance Period is 180 calendar days after receiving Notice toProceed. Complete drawings and specifications will be included in thesolicitation document that will be available on FedBizOpps on or aboutSeptember 10, 2009. Interested parties are strongly encouraged to attend a site visit onThursday, September 17, 2009 at 10:00 am at NAVAHCS, Building 15, 500Highway 89 N. All bidders/contractors are strongly urged to attend asthere will only be ONE Pre-Bid Conference/Site Visit for this project.Due to anticipated response and limited space, please limit the numberof attendees in your group. Contractors shall contact Justin Hicks,Contract Specialist, to indicate their interest in attending the Pre-BidConference/Site Visit. Requests, in the form of an e-mail message toJustin.Hicks@va.gov, must be received by the Contracting Officer nolater than Tuesday, September 15th, 2009 at 2:00 p.m local time. Solicitation responses will be due in the Contracting Office no laterthan Tuesday, October 13, 2009 at 2:00 pm local time. Proposalsubmissions shall be in hardcopies. Telegraphic, email, and facsimileproposals ARE PROHIBITED. This project requires theproposers/contractors to secure bonding. All proposers shall be registered and verified in the www.ccr.gov andwww.vetbiz.gov and https://orca.bpn.gov/ in order to be eligible foraward. This procurement is 100 percent set aside for Service-Disabled,Veteran-Owned, Small Business (SDVOSB). The NAICS code is 561621. Theassociated size standard for this procurement is $12.5 million dollarsin average gross annual receipts for the preceding three years. Project Magnitude: Between $1,000,000 and $5,000,000. Award is subject to availability of funding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA-258-09-RA-0200/listing.html)
 
Place of Performance
Address: Bob Stump VA Medical Center;500 Highway 89 N.;Prescott, AZ
Zip Code: 86313
 
Record
SN01926642-W 20090828/090826235623-945471fa4eaf5e480540d7c84f7e3129 (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.