SOURCES SOUGHT
Z -- Replace Perimeter Detection- FCI 1
- Notice Date
- 4/29/2025 6:55:59 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B61625PR000164
- Response Due
- 5/2/2025 11:00:00 AM
- Archive Date
- 05/17/2025
- Point of Contact
- Krista Sua
- E-Mail Address
-
kxsua@bop.gov
(kxsua@bop.gov)
- Description
- THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED. The Federal Bureau of Prisons is conducting market research in accordance with Federal Acquisition Regulation, Part 10. A single solicitation will be issued for the project Replace Perimeter Detection FCI 1. The Federal Bureau of Prisons (FBOP), Federal Correctional Complex Victorville (FCC Victorville) located at 13777 Air Expressway Blvd, Victorville, California, 92394, intends to make a single award to a responsible entity that will provide all necessary labor, equipment, materials, and related services to replace the perimeter detection system. This work shall be performed in accordance with this Statement of Work. All recommendations suggested by the manufacturer will be included in the installation. The project consists of the following: SCOPE OF WORK: New sensor cable shall be installed on and connected to the existing fence fabric. Contractor shall be responsible for the engineering, installation of, and testing of the newly installed fence alarm systems and all its related components. The contractor is responsible to obtain all permits required to provide this requirement. 1. The Perimeter Security Enclosures and other equipment indicated on the submitted drawings shall be bonded to the existing buried ground conductor with a dedicated grounding conductor and all field splice boxes shall be installed on fence poles as well as bonded and grounded. Surge protection devices shall be installed on all signal wiring including spare conductors entering a building from the exterior. Sensor cable shall be installed and secured to the fence in accordance with section C.5.A.2 and C.14 of this Statement of Work as well as industry standards and relevant code. There shall be no splices on the sensor cable in between individual zones. There shall be no splices housed solely within the armored jacketing of the lead cable. All splices must be contained within a weatherproof coffin splice housing. The new fence alarm sensor cable shall be installed on the inner perimeter fence and the vehicle sallyport fence fabric. 2. Measurements indicated in this Statement of Work are estimated and it is the contractor's responsibility to verify actual conditions. Furthermore, this work will include the installation of a weather station, microwaves, and installation or modifications to the remote alarm notification system. New Microwaves shall be installed where existing microwaves are at in the Rear Gate Sally Port and tied into alarm. All work shall comply with industry standards and codes. 3. The contractor shall provide new updated architectural drawings of the property upon conclusion. Specifications shall include major equipment cut sheets/technical data and model numbers. Drawings shall indicate all zone layouts and detailed installation requirements at fence corners, fence runs, Administration building, rear gate, etc. Drawings shall also indicate the location of microwave TX/RX units and anticipated wiring paths for the microwave installations. Grounding plans shall be included in the submittal package prior to the commencement of work. 4.Brand name products are listed in this Statement of Work. The Federal Bureau of Prisons (FBOP) will accept an ""or equal"" product, but it must meet each individual requirement in the specification. Should your firm decide to submit an ""or equal"" product that is not the name brand listed, your firm must submit all technical data with their bid for technical examination. Should your product not meet the requirement as an absolute ""or equal"" product, you will be notified in writing that your bid will not be accepted. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $250,000 and $500,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The North American Industrial Classification System (NAICS) code applicable to this requirement is 561621 with a corresponding small business size standard of $25 million. To be considered an interested vendor, you must possess this NAICS code in your www.sam.gov registration.Interested bidders must be registered in www.sam.gov. Interested contractors are requested to respond to this notice by adding their names to the Interested Vendors List for this posting in SAM.gov (must be logged-in to your vendor account)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89e43b30c54b4285bb58303ec3fe3be7/view)
- Place of Performance
- Address: Victorville, CA 92394, USA
- Zip Code: 92394
- Country: USA
- Zip Code: 92394
- Record
- SN07425411-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |