SOLICITATION NOTICE
Z -- Loading Dock Oxygen Sensors
- Notice Date
- 6/25/2010
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RP-0077
- Point of Contact
- Albert J Petto, Phone: 3019756338, Michael R. Szwed, Phone: 301-975-6330
- E-Mail Address
-
albert.petto@nist.gov, michael.szwed@nist.gov
(albert.petto@nist.gov, michael.szwed@nist.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The National Institute of Standards and Technology (NIST) has a requirement for the supply and installation of loading dock oxygen sensors at multiple buildings on the National Institute of Standards and Technology (NIST), Gaithersburg, Maryland campus. The objective is to install low oxygen detection sensing system with back-up UPS to monitor low oxygen conditions and sound alarm by utilizing NIST SIMPLEX fire alarm system for trouble condition in the staging area of each loading dock for twenty (20) buildings throughout NIST as specified. Each sensing system shall include the following: • Monitor module and flashing beacon light/horns; • Lamp test switch, low oxygen sensors; • Box for FA mount adjacent to monitor module; • Three alarm points connected to three circuits to the alarm relays on the controller; and • Fire alarm monitor module, "test" switch and flashing beacons/horns, rollup door controller circuits. This procurement is being solicited as a competition among Service Disabled Veteran-Owned Small Businesses as designated at FAR 19.14. The NAICS code applicable to this solicitation is 238210 Electrical Contractors and Other Wiring Installation Contractors and the corresponding size standard for determining whether or not a firm qualifies as a small business is $14.0 million in average annual receipts (gross) over the past three years. Minority Disadvantaged Businesses who seek assistance with bonding should contact the Department of Commerce Minority Business Development Agency or visit www.mbda.gov. It is important to note that in accordance with Federal Acquisition Regulation 52.219-14 - Limitations on Subcontracting - the prime contractor is required to perform at least 15% of the labor with their own employees for general construction and at least 25% of the labor with their own employees for specialty trade construction. The NAICS 238210 is condsidered a specialty trade construction contractors. For further information on the requirements for general construction and/or special trade construction, please visit the following web sites: http://data.bls.gov/cgi-bln/print.pl/oes/2001/oes12_17.htm http://www.census.gov/epcd/naics/NDEF235.HTM In accordance with FAR 36.204 the anticipated magnitude of this project is between $250,000.00 and $500,000.00. The period of performance of the contract resulting from this solicitation (including the options) is 210 calendar days from issuance of the Notice to Proceed. Performance and payment bonds will be required with any resulting contract. Source selection will be made using the best value, lowest price technically acceptable process (FAR 15.101-2). The Government will not pay for any information solicited. Offers that do not meet ALL the requirements or offers that are not submitted by the due date and time will not be considered. All contractors doing business with the Federal Government are required to be registered with the Central Contractor Registry (CCR) and to complete an On-Line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun and Bradstreet at 800-234-3867 or on line at https://www.dnb.com and opening "get a D&B D-U-N-S number". Detailed specifications and drawings will be issued with the solicitation. The solicitation, solicitation amendments, including all questions and answers related to this procurement will be made available via the Internet at http://www.fedbizopps.gov/. The solicitation is anticipated for release to the vendor community on or about July 2, 2010 and will only be available via the Internet at the above web site. Potential Offerors will be responsible for obtaining this solicitation and related Amendments, if any, from www.fbo.gov after the solicitation has been posted. It is, and will continue to be, the responsibility of each potential Offeror to monitor www.fbo.gov for any amendments or other information related to the solicitation; the Government will not be maintaining a mailing list. Potential offerors are required to direct all questions via e-mail to albert.petto@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RP-0077/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899-0003, United States
- Zip Code: 20899-0003
- Zip Code: 20899-0003
- Record
- SN02188755-W 20100627/100625235049-8dde99dda8ab0aef93b7781058299acc (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 |