Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOURCES SOUGHT

63 -- RECOVERY 63--Upgrade/Replace Fire Alarm System

Notice Date
8/18/2009
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs, Phoenix VAMC, Carl T. Hayden Department of Veterans Affairs Medical Center, 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
8/24/2009
 
Archive Date
10/23/2009
 
Point of Contact
Justin HicksJustin.Hicks@va.gov602-212-2163<br />
 
E-Mail Address
Contract Specialist
(Justin.Hicks@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request forproposal. There will not be a solicitation issued at this time. TheDepartment of Veterans Affairs, Veterans Integrated Service Network(VISN) 1 - Boston Health Care System (BHS), has a requirement for labor,materials, equipment and supervision to perform project 649-09-104,Upgrade/Replace Fire Alarm System in the main hospital Bldg 107 at theNorthern Arizona VA Healthcare System (NAVAHCS), Prescott Arizona. Theproject consists of providing a new automated voice fire alarm controlpanel with voice override capabilities within a new command center roomlocated on the first floor Bldg 107. Additionally, this projectinstalls new fire alarm devices that shall be per wing/per floor zonecircuited throughout the main hospital. New devices shall include butnot limited to new smoke detectors, heat detectors, pull stations, voicespeakers, combination horns/strobes, strobes, tamper/flow switches(connected to existing fire risers), duct smoke detectors and testswitches, elevator recall and control modules. Fire Alarm BoosterPanels shall be located one (1) each floor (multiple booster panels perfloor shall be as required) located within each floor core storage room,basement mechanical room, and the penthouse. The existing system is aHoneywell Notifier fire alarm system; the products used on Notifierpanels are UL listed to be used with system. The SLC devices arespecific to the panel's communication protocols. This protocol isproprietary and unique to the panel. The existing system shall remainin operation until the new fire alarm system has been installed, tested,and approved. This will be accomplished per wing, per floor untileventually all existing devices have been removed from the existingsystem. At that time the existing fire alarm panel and voice overridecabinet will be demolished. In addition, this project has been phasedto include installs of new fire alarm control panels in additionalbuildings on-station. Architectural work shall include installing a firerated interior wall for the new command center room, include limiteddemolition and surface repairs of ceiling and walls throughout thebuildings as needed after demolition of existing fire alarm device andnew fire alarm device installations. The applicable NAICS codes are561621 Security Systems Services (except Locksmiths), 238210 ElectricalContractors and Other Wiring Installation Contractors. Security Systemscontractors have a size standard of $12.5 million in average annualreceipts. Electrical contractors have a size standard of $14 million.It is anticipated that a Request for Proposals will be issued inSeptember, 2009. Award of a Firm-Fixed Price contract is contemplated byOctober, 2009. This notice is published to conduct market research todetermine if there is a sufficient number of certified Service DisabledVeteran Owned Small Businesses (SDVOSB) or Veteran Owned SmallBusinesses (VOSB) capable of performing the requirements to warrant asolicitation set-aside. It is strongly recommended that interestedparties register in the US Department of Veterans Affairs Vet Bizdatabase. Registration may be accomplished athttp://www.vip.vetbiz.gov/. Interested parties responding to thissources sought request shall submit the following information at aminimum: (1) company name and address, point of contact with phonenumber, and DUNS number; (2) documentation relating to capability ofperformance of fire alarm system construction project (includingreferences); (3) intentions of subcontracting program to includeset-asides; (4) proof of registration in the VA Vet Biz website orintention of registration prior to submission of offers to asolicitation; (5) documentation on company's bonding capacity andlimitations; and (6) any other pertinent company documentation. Theresponse date to this Sources Sought notice is August 24, 2009 at 4:00pm. This market research is for informational and planning purposesonly to determine if a SDVOSB or VOSB set-aside is appropriate. TheGovernment will not pay any costs for responses submitted. Electronicsubmissions are acceptable via Justin.Hicks@va.gov. Hard copysubmissions are acceptable to VISN 18 Consolidated Contracting Office(Building 28), 650 E Indian School Rd, Phoenix, AZ 85012.
 
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<br />
Zip Code: 86313<br />
 
Record
SN01915249-W 20090820/090818235403-a9f2398d4f8d1e00e62a03612857949b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.