SOLICITATION NOTICE
Y -- Renovation of Fire Alarm System at Lima, OH
- Notice Date
- 6/20/2008
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-08-R-0062
- Response Due
- 8/7/2008
- Archive Date
- 10/6/2008
- Point of Contact
- Debra Bruner, 502-315-6208
- Small Business Set-Aside
- N/A
- Description
- Solicitation W912QR-08-R-0062 is to renovate/upgrade, with some design effort, the existing plant wide Fire Alarm System with an option for a Mass Notification System (MNS) for the Lima, OH Tank Plant project. The existing FA system was installed in two basic phases, the first in the mid 1980's, and the second in the mid 1990's. Upgrade the existing plant wide fire alarm system conforming to the requirements of NFPA 72 and NFPA 101. Provide a new computer based main console in the new Command Center in Building 351. Replace all existing Fiber Optic (FO) Cable with new 62.5/125 micro multimode cable. Replace all existing Field Processing Units (FPUs) with new Fire Alarm Control Panel (FACP'S) units. In buildings requiring Mass Notification Systems provide a combined FA/MNS. The new FACP's shall utilize the fiber optic cable for communication with the new control console. Buildings with combined FA and MNS shall use wireless communication with fiber optics as back-up. Provide a new Windows based system monitor and control console with graphics user interface. Alarm and Trouble events shall be displayed graphically on a floor plan lay-out with effected zone illustrated. Alarm, Trouble, Zone OK status shall be recorded by laser printer and stored to hard drive with capability to print to archive CD. The system shall provide for operator's acknowledge, query, and control of the remote FACPs. The system shall be installed in a new Command Center in Building 351 Replace all existing FPU's with new Fire Alarm Control Panel (FACP'S) panels. Provide supplementary enclosures as required for protection against severe environmental conditions. Each panel shall be loop network addressable and shall be compatible with the Command Console. The panels shall be programmable with a touch sensitive LCD display. The panels shall support the existing alarm initiation circuits as well as the alarm notification circuits and shall include supervision of fire pump, sprinkler systems and halon systems. The existing FO communication system shall be replaced to optimize signal transmission. Replace all FO transceivers with new units compatible with the new Command Console and FPU's. Test FO signal strength at each transceiver and adjust gain as required to optimize signal transmission. Extend new cable from existing circuits to the new Command Center at Building 351. The new cable shall be 6 strand multi-mode cable and shall be run in conduit inside the buildings and suspended from poles on the exterior. The aerial cable shall be self supporting and rated for 200% of the longest span. The design requires the transfer of existing fire pump supervisory and trouble signals to the upgraded fire alarm system. The fire pumps are located in Building 66 and Building 67 and the Central Control Station is located in Building 351. Provide electric driven fire pump supervisory and trouble signals per NFPA 20 and NFPA 72. Option #1, provides a new MNS for the noted buildings, including a Central Control Station at Building 351, Autonomous Control Units (ACU's) at the noted buildings, Notification Appliances, control interface with FA system notification appliances, wiring, wireless communication with the Central Control Station, and testing in accordance with UFC 4-021-01 (4 October 2007). The individual building systems shall meet the requirements for 'separate Fire Alarm and MNS' per UFC 4-021-01 (4 October 2007). Provide a primary Central Control Station at Building 351 to operate and control the system. Provide wireless communication between the Control Stations and the building ACU's. The Control Station shall meet the requirements of Section 3-5.4 of UFC 4-021-01 (4 October 2007). The ACU's shall be installed in the buildings and shall monitor and control the FA and MNS Notification Appliances. The ACU shall have provisions for local, initiation and delivery of live and/or pre-recorded voice messages and instruction, initiation of visual notification appliances, and temporarily silencing of FA system notification alliances while voice messages are in progress. Provide in each building an appliance notification network consisting of audio speakers and strobes to alert occupants and provide intelligible voice instructions. Provide speakers at locations within the building to provide 100% coverage. Speaker locations, quantities, and audio intensities shall be designed with consideration of ambient noise intelligibility as defined in NFPA 72. Strobes shall be provided at locations to meet the requirements of the Uniform Accessibility Standards for the hearing impaired and in areas with high ambient noise. This is a Request for Proposal that will be evaluated (in descending order of preference) on Technical Approach, Experience, Past Performance, Management, Subcontracting Narrative and Price. Sub-Factors will be listed in the solicitation. Pro Forma Information such as Financial Ability and Bonding Capability will also be required. All evaluation factors, other than price, when combined are considered approximately equal to price. Proposals received from this solicitation will be evaluated for best value and will not necessarily be awarded to the lowest price. The solicitation will be available on or before 07 July 2008 by web only. The proposal due date is approximately 07 August 2008 at 3:00 p.m. local time. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Amendments will be available from the FBO website by download only. If a pre-proposal conference is scheduled, the information will be available in the solicitation. This project is full and open competition. The HubZone Price Evaluation Preference applies to this project. The NAICS code is 238210. The size standard is $13.0 million. The estimated cost range is between $1,000,000 and $5,000,000. Questions may be directed to Debra Bruner at debra.c.bruner@usace.army.mil. The announcement serves as the advanced notice for this project.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9d6f7d6c1640bc1bef68dbfcc2260348&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN01598065-W 20080622/080620222631-9d6f7d6c1640bc1bef68dbfcc2260348 (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 |