Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

Y -- FIRE ALARM AND SPRINKLER SYSTEM UPGRADES

Notice Date
5/9/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
 
ZIP Code
44114
 
Solicitation Number
GS05P12SLC0057_ROH00407
 
Point of Contact
Rhonda Booker, Phone: 2165224875
 
E-Mail Address
Rhonda.Booker@gsa.gov
(Rhonda.Booker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is for the purpose of a pre-solicitation notification only. NO SOLICITATION IS ATTACHED. A SOLICITATION WILL BE POSTED ON OR ABOUT May 24, 2012. DESCRIPTION The following work will be performed at the John F. Seiberling US Courthouse, 2 South Main Street, Akron, Ohio 44308. SUMMARY This project is for a Firm-Fixed-Price type contract. This procurement will be solicited on a full and open unrestricted bases. The work of this project is defined by the Contract Documents. The project includes, but is not limited to the following: Replacement of a Voice Evacuation Fire Alarm System that is independent and separate from all other building systems and upgrades to the fire suppression system to provide a fully sprinkled building. The design includes new conduit and fire alarm equipment, wiring, controls, raceways, terminal cabinets, outlets and mounting boxes, control equipment, alarm and supervisory signal initiating devices, addressable devices, field addressable interface devices, and audible and visual notification appliances. The design also includes new water flow detectors, pressure switches, tamper switches, manual pull stations, new remote control enunciator and a system printer. New fire alarm speakers in elevator cabs and stairwells with live voice messages. The design intent is to provide detection for elevator recall, protection of panels, HVAC systems, and in dead end corridors or those that exceed common path of travel; provide full notification; provide sprinkler for all un-sprinkled areas. Detection includes heat detectors, multi-technology smoke detectors, photoelectric duct smoke detectors, and other detection systems as outlined on the drawings and specifications. All existing components, including fire alarm control panel (FACP) will be replaced and furnished as new. The scope of work includes the demolition of the existing fire alarm system in its entirety, unless otherwise indicated on the drawings. This includes all fire alarm devices located inside of the building as well as conduit, wiring, and miscellaneous equipment associated with the existing fire alarm devices. The system shall not be demolished until the new system is installed and accepted the GSA Fire Protection Engineer. Project also requires the installation of new automatic wet sprinkler systems on B4 level, First Level (un-sprinkled area), Crawl space above First Level, Second Level, Third Level, Fourth Level, Fifth Level, and Penthouse Level as indicated on the contract drawings. The Contractor is responsible for detailed design and compliance with all codes and standards for the installation. Sprinkler pipe shall not run exposed without written approval by GSA. Sprinklers must be provided throughout all spaces, including the crawl space, and combustible concealed spaces. The scope of work for this project includes all construction and repairs required to install the new fire alarm system, upgrade the fire suppression system, and demolish the existing fire alarm system. This includes, but is not limited to, all patching, painting, fire-stopping, and fireproofing repair. The project includes the installation of fire alarm devices and sprinkler heads on hard ceilings and under subfloors. Conduit and sprinkler pipe shall be concealed in finished areas. The installation of surface raceway or exposed sprinkler piping is approved only with express written approval from GSA. The Contractor is expected, as a requirement of their qualifications, to utilize their knowledge and experience to anticipate and include in the cost of the work any incidentals which may be required, but are not specifically expressed in the drawings and specifications in order to provide a complete and fully functional fire alarm system, compliant with all applicable codes and standards, including International Building Code (2009), NFPA 72 (2010), NFPA 13 (2010), and PBS P-100. In addition, the Contractor is expected to visit the site prior to bidding to evaluate the bid documents and inspect existing conditions. This includes, but it not limited to, a review of the extent of demolition required for the existing fire alarm system, wall, partition, and ceiling types, spaces available for conduit routing, etc. The fire alarm and fire sprinkler contract drawings are not intended to be an accurate representation of walls, partitions, and ceiling types. The Contractor must complete a thorough survey of the building prior to bidding to obtain this information. No extra payment will be authorized for failure of the Contractor to survey all construction type of walls, floors, and ceilings for the purposes of fire protection equipment demolition, installation, and repairs required as a result of such demolition and installation prior to bid. This project will require work hour restrictions. See Specification Section 011400, Work Restrictions. A significant amount of project work, including all testing, will occur after normal business hours. All fire sprinklers and fire alarm devices removed or installed in Courtrooms or Judges' Chambers will require written approval by GSA prior to removal or installation. In addition, all sprinkler head types and finishes installed in Courtrooms or Judge's Chambers will require written approval by GSA prior to installation. Do not cut into courtroom walls or floating ceiling panels without approval from GSA. Mockup testing will be required as part of the Contract. See drawings and specifications for areas where mockup testing is required. Mockup testing and final acceptance testing must be witnessed by GSA Fire Protection Engineer. The Work shall be conducted in one phase, with each phase substantially complete as indicated in specifications. The magnitude of this construction project (per Federal Acquisition Regulation, 36.204 Disclosure of the magnitude of construction projects) is estimated between $1,000,000.00 and $2,000,000.00. The RFP solicitation is anticipated to be issued on or about May 24, 2012. Offers will be due on or about June 25, 2012 (the actual date of receipt for proposals will be stated on the solicitation). No public bid opening procedures are applicable for this solicitation. The 2007 North American Industrial Classification System (NAICS) code applicable to this project is 238210 with a size standard of $14 million. Large businesses proposing under this unrestricted procurement may be required to submit a subcontracting plan, please consult RFP documents. This solicitation will be issued via Internet only on FedBizOpps Website at www.fbo.gov. Notification of amendments shall be made via FedBizOpps Website only. It is the contractor's responsibility to check the below listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due date and time. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: www.fbo.gov. The use of the website requires prior registration at www.fbo.gov. The plans and specifications will be provided through the federal business opportunity website. The plans and specifications will not be made available in paper format or on compact disc. A pre-proposal conference will be conducted before the proposal due date (actual information will be contained in the solicitation). The solicitation will be available for download through the Federal Business Opportunities (FBO) website ( www.fbo.gov ). All interested contractors must register with FBO in order to view sensitive but unclassified information, and this registration requires that the following information be completed: (1) An active Central Contractor Registration (CCR) account, and (2) Dun and Bradstreet DUNS Number. It is the Offeror's responsibility to monitor the FedBizOpps web site for amendments to the solicitation. All contractors need to be registered in CCR and ORCA. You may register at www.bpn.gov. Proposals will be due to the General Services Administration, Public Building Service, Ohio Service Center, 201 Superior Avenue, Suite 450, Cleveland, OH 44114, ATTN: Rhonda Booker, no later than the date and time specified on the solicitation. Electronic and fax proposals will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P12SLC0057_ROH00407/listing.html)
 
Place of Performance
Address: John F. Seiberling US Courthouse, 2 South Main Street, Akron, Ohio, 44308-1870, United States
Zip Code: 44308-1870
 
Record
SN02743005-W 20120511/120509234912-8c513efee0c2c9bb98e78e81b87d9dfa (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.