Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOURCES SOUGHT

Z -- Repair Fire Alarm System Base-Wide

Notice Date
5/26/2017
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-17-R-0027
 
Archive Date
6/23/2017
 
Point of Contact
Corey D. Porter, Phone: 6614007336, Adrianna Baseggio, Phone: 661-277-3833
 
E-Mail Address
corey.porter@us.af.mil, adrianna.baseggio@us.af.mil
(corey.porter@us.af.mil, adrianna.baseggio@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Notice of Proposed Contract Action; this document does NOT constitute a Request for Quotation, Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that the Government will take procurement action in this matter. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. Reimbursement will not be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to notify industry of the United States Air Force's intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications. The Government recognizes that proprietary data may be a part of this effort, and cautions that such data be clearly marked "restricted" or "proprietary" data, and present it as an addendum to the non-restricted/non-proprietary information. Please do not request a copy of a solicitation as one does not exist. This synopsis is for a proposed contract action in accordance with (IAW) FAR 5.201(b)(1)(i), for which the Government intends to award to a Small Business Concern under the authority of 10 U.S.C. 2304(b)(2), as implemented by FAR 6.203(a). The Air Force Test Center (AFTC), Directorate of Contracting, Contracting Construction Section (PZIOC) at Edwards AFB, CA intends to award a sole-source firm-fixed-price (FFP) contract for "Repair Fire Alarm System Base-wide". The NAICS code is 561621 with a size standard of $20.5M. Requirements: The anticipated contract will be a FFP construction contract for the required fire alarm system equipment, installation, configuration, certification, and testing. The primary scope of this requirement is to provide a new Fire Alarm Reporting System (FARS) to restore fire alarm reporting capability for between 1 and 400 facilities on Edwards Air Force Base (EAFB), California. The work shall include the installation of new supervisory stations. The Government requires the Contractor furnish all supervision, labor, equipment, and materials necessary to perform all operations to obtain and install a new type FARS base-wide including all installation, configuration, testing, and training. Work will also include removal of the currently installed FARS that utilizes Advantor TM transponders that function by transmitting signals over the base's copper-wired telephone system. Many of these Advantor TM transponders are no longer operable and are not supported by the manufacturer. Due to the age and poor reliability of the copper telephone infrastructure on Edwards AFB the new FARS shall not utilize the existing copper telephone infrastructure. Fiber optic infrastructure is available for use for between 1 and 300 base facilities. However, there are mutiple buildings do not have fiber optic infrastructure available for use. Many of the base facilities are located in relatively close proximity to the FARS supervisory station locations but some are located a substantial geographical distance from the supervisory locations, such as the Air Force Research Lab (AFRL) facility which is located at a distance of approximately 15 miles. (The list of facilities will be provided by the Government upon request). The installation of the new FARS shall comply with industry standards, National Fire Protection Association (NFPA) Standards 72 and 70, and applicable Unified Facilities Criteria (UFC), including UFC 3-600-01, Fire Protection Engineering for Facilities. The new FARS shall comply with Air Force Instruction (AFI) 10-2501, Air Force Emergency Management Program (AFEMP), Chapter 5, "Response and Recovery". At a minimum the new FARS must transmit from each facility Fire Alarm Control Unit (FACU) an alarm signal, a supervisory signal, and a trouble signal. Existing facility FACUs on EAFB were manufactured by a variety of manufacturers and vary widely in service age, but each can provide at least three dry-contacts for providing alarm, trouble and supervisory signals to the FARS. Replacement of any facility FACUs is not anticipated to be necessary for installation of the new FARS. It is desirable but not mandatory that the new FARS transmit other information from the facility's FACU such as device zones and alarm signal by device type (e.g., water flow, manual pull station, sleeping room smoke detector, etc.) The communications methods for the new FARS shall utilize one or more of the following technologies as listed in NFPA 72: Digital Alarm Communicator Systems; Two-Way Radio Frequency (RF) Multiplex Systems; One-Way Private Radio Alarm Systems; or, Performance-Based Technologies (e.g., Type N circuitry as listed in NFPA 72). It is recognized by the Government that the new FARS may need to utilize more than one communications method because some base facilities are provided only with copper-base telephone lines (not to be utilized in the new FARS) and the large geographic separation of some base facilities. The new supervisory stations in the primary Emergency Control Center (ECC) and alternate ECC must be capable of providing emergency scene on-site management/control using software currently approved for Department of Defense (DoD) installations (for example, CoBRA® software). It is desirable but not mandatory that this software be provided and integrated into the supervisory stations. The Government has determined that there are significant factors other than price that must be considered in the selection of a contractor and intends to use a negotiated process in lieu of sealed bid procedure as allowed in Public Law. EAFB must determine whether the FARS proposed by each offeror is compatible with the facilities existing FACUs, as well as consideration of staffing plans, safety parameters, availability of technical manuals, emergency response times and of notification methods, availability of replacement parts, and qualifications of offerors. These factors may require technical discussions with the offerors. The Government requests that interested concerns who believe they can fully support this requirement furnish the following information to the individuals listed below: (a) Company name, address, point of contact, telephone number, and e-mail address, small business size. (b) Sufficient detail to allow the Government technical representative to evaluate and determine if the suggested system can meet the Government's requirement. All information furnished shall be in writing and sent to: Corey Porter, e-mail: corey.porter@us.af.mil Adrianna Baseggio, e-mail: adrianna.baseggio@us.af.mil Charles McKinley, e-mail: charles.mckinley.2@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-17-R-0027/listing.html)
 
Place of Performance
Address: AFTC/PZIOC, 5 South Wolfe Avenue, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04523786-W 20170528/170526234159-66f7e68aee382a0fc3ef6aed2647b343 (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.