SOURCES SOUGHT
N -- Lake Baldwin FIre Alarm
- Notice Date
- 7/12/2012
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24812R1318
- Archive Date
- 7/27/2012
- Point of Contact
- Cory Pfenning
- E-Mail Address
-
no
- Small Business Set-Aside
- N/A
- Description
- The Veterans Administration is seeking sources for a potential 100 percent set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. IF ADEQUATE RESPONSES ARE NOT RECEIVED, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. This is a sources sought for planning purposes only. SPECIAL REQUIREMENTS: Because of the importance of continuity of operation, disruption to all services must be the utmost minimum. This project relates to life safety and protection of property and has to comply with all NFPA, IBC, and UFC codes and standards. Contractors must be extremely knowledgeable and experienced in installing fire suppression systems, including related systems and controls. Some of the work may require escorts to perform. Project 675-12-805 Lake Baldwin Fire Alarm System This project will improve on the reliability and integrity of the Lake Baldwin Campus Fire Alarm System. The existing Fire Alarm workstation home will be relocated to Building 502, Boiler and Generator Plant (B&G) to provide 24 hour monitoring and reporting for all buildings located at Lake Baldwin Campus including building 2500 (Lakemont Campus). New panel will also have the capability to communicate and send data to the new CEP building at Lake Nona New facilities once they are completed. The project includes but is not limited to two (2) new "Truesite" workstations, one located at the B&G, and another in Building 500; fire alarm system components, modules, communication devices, panels, etc. to ensure that the Domicilliary, the CLC (Building 503), Buildings 504, 523, and Building 500 all communicate back to the "new" 24 hour monitoring location at the B&G. The Contractor shall coordinate and confirm with the Government's Communications personnel the presence of existing raceways, wire, and backboxes to each of the buildings in the scope of the project: Buildings 502, 503, 504, 509, 510, 521, and 523, and to and from Building 500. The Contractor shall include in his proposal the provision of raceways, wire, and backboxes if it is determined that these are not currently present including but not limited to conduit, boxes, including vendor approved weatherproof boxes, conduits, pull strings, flexible piping, box blank connections, ground connections, grounding strips, etc. The Contractor will provide commissioning, testing, and training. The Current system has been provided by Simplex Grinell. Interested vendors must be able, authorized and/or certified to perform work on Simplex Grinnell systems. The Estimated Magnitude of the entire contract is between $25,000 and $100,000 The Naics Code is 521621 and the Size standard is 12.5 Million Prime contractors who are SDVOSB and who intend to submit a bid for this solicitation are highly encouraged to submit the following by 10:00 a.m. (local Dayton time) on 19 April 2012: Responses should include the following: (1) a positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) documentation of SDVOSB status; and/or IAW Federal Acquisition Regulation 19.1503; and (3) listing of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (4) documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; Firms interested should provide the above documentation. E-mail responses will be accepted. All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB concerns. Responses shall be limited to 5 pages. Please include your DUNS Number or CAGE Code on your response. Failure to submit all information requested would result in a contractor being considered "non-responsive" in this requirement. A decision on whether will be pursued as a set-aside or an unrestricted basis will be posted as a modification in Federal Business Opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812R1318/listing.html)
- Place of Performance
- Address: Orlando VAMC;5201 Raymond St;Orlando, FL
- Zip Code: 32803
- Zip Code: 32803
- Record
- SN02801378-W 20120714/120712235759-ba59aaf413b1c9ac84c01e0134084e89 (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 |