Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOLICITATION NOTICE

Y -- DESIGN/BUILD: FIRE ALARM SYSTEM UPGRADE FOR VARIOUS DLA BUILDINGS AT NAVAL SUPPORT ACTIVITY (NSA), MECHANICSBURG, PA.

Notice Date
7/30/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008512R5057
 
Response Due
8/13/2012
 
Archive Date
9/30/2012
 
Point of Contact
JESSICA NELSON 215-897-8877 ALTERNATE POC: CONTRACT SPECIALIST: DAVID RHOADS, 215-897-4345 OR CONTRACTING OFFICER: ESTHER EDINBOROUGH, 215-897-2323
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: DESIGN/BUILD: FIRE ALARM SYSTEM UPGRADE FOR VARIOUS DLA BUILDINGS AT NAVAL SUPPORT ACTIVITY (NSA), MECHANICSBURG, PA. SOLICITATION NUMBER: N40085-12-R-5057 DESCRIPTION: This announcement is set-aside 100% for Small Business under NAICS code 238210 with a size standard of $14.0M. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Naval Facilities Engineering Command, Mid-Atlantic PWD PA has a requirement to provide new fire alarm systems and wireless control units (transceivers) to connect the buildings to the existing centralized base fire alarm reporting system. This project shall provide new fire alarm units, pressure and tamper switches for sprinkler valves, low temperature sensors in each valve room, conduit, wiring, and related materials, and wireless transceiver units for all 37 Defense Logistics Agency (DLA) buildings located at the Naval Support Activity (NSA) located in Mechanicsburg, PA. The resultant contract will be a Firm Fixed Price (FFP) type contract. REQUIREMENTS: The contractor shall design and install building alarm systems and connection of new system to the existing base fire alarm reporting system. The buildings have an assortment of no alarm systems, non-addressable alarm systems and addressable alarm systems which are connected to the existing Digitize 3505 central receivers in Bldg 306A by the Digitize of radio transceivers, 100 milliamp shunt trip loops, and telephone loops. The contractor shall design and provide building alarm systems and connect those systems to the existing base fire alarm reporting system. The affected DLA buildings include 5, 10, 11, 12, 101, 102,103, 104, 105, 108, 109, 110, 111, 113, 201, 202, 203, 204, 204 Weld Shop, 207, 209, 210, 211, 212, 213, 215, 301, 302, 304, 314, 402, 403, 405, 506, 507, 508 and 509. Buildings 110 & 111 and 506 & 507 one fire alarm control panel serves the two (2) buildings. Existing floor plan, electrical and fire suppression system drawings are available for contractor personnel to digitally copy. All new panels will be for 16 zones and be able to expand to twice the current capacity. Placement of these panels shall be located in the vicinity of the office in each building, but the actual location will be determined in the design phase. The contractor shall provide two new pressure switches (one 24 DC and one 120V AC) and tamper switches on each sprinkler riser in all 36 buildings. Connect DC pressure switch to fire alarm system; connect 120VAC pressure switch to existing exterior indicator light circuit. The pressure switches which currently exist are at the end of their serviceable life and require placement. Provide air pressure supervisory switches on all dry pipe valves. Provide each valve room with non-adjustable tamper-resistant low temperature sensors. Provide detectors for protection of control units as required by NFPA 72. Provide at least one interior manual alarm box at an exit per fire bay as required by NFPA 101 9.6.2.6. Buildings 5, 10, 11, and 12 have three (3) sprinkler valves each. Buildings 101, 102,103, 104, 105, 108, 109, 110, 111, 113, 201, 202, 203, 204, 207, 209, 210, 211, 212, 213, 215, 301, 302, 304, 314, 403, 404, 405, 406, 505, 506, 507, 508 and 509 have four (4) sprinkler valves each. Provide wireless transceivers which are compatible, and listed for use, with the existing base alarm reporting system. The existing system is an AES IntelliNet system. The contractor shall provide AES IntelliNet 7788F RF Subscriber Units; provide external power supply with sheet metal tamper resistant enclosure having cover secured with tamper-resistant screws. If an external antenna is provided, provide lightning suppressors. Provide bonding and grounding in accordance with NFPA 70, Article 810. Do not ground lightning discharges through the transceiver or fire alarm control unit. Provide all deprogramming (for the removed buildings) of the two (2) Digitize Systems that the existing systems report to in the Security Headquarters, Building 306A. Provide all programming for the additional AES transceivers in the two (2) Simplex TrueSite Workstations located in the Security Headquarters and the Fire Station, Building 306A. Revise programming of both Digitize and SimplexGrinnell systems as buildings are removed from one system and placed on the other. SUBMITTAL INFORMATION: It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to complete the project listed above. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE Code; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. The capability statement package may be sent by mail to contracts, Jessica Nelson, NAVFAC-MIDLANT, PWD PA, Building 1, 4921 S. Broad Street, Philadelphia, PA 19112, or by email to jessica.nelson@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on or before 13 August 2012. Questions or comments regarding this notice may be addressed to Jessica Nelson via email at jessica.nelson@navy.mil. It is anticipated that the solicitation will be posted to the NECO website: https://www.neco.navy.mil and FBO website: https://www.fbo.gov on or about 15 August 2012. The availability of the solicitation will only be available electronically. No hard copies will be issued. Notification of any changes to the solicitation will be made electronically. All electronic copies of this solicitation and any amendments can be found on the NECO website: https://www.neco.navy.mil and FBO website: https://www.fbo.gov. It will be the offerors ™ responsibility to check these sites for all amendments. ALL SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008512R5057/listing.html)
 
Record
SN02819618-W 20120801/120730235041-47374173980202a488393b5936a3cb2d (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.