SOLICITATION NOTICE
99 -- Fire Detection and Alarm System Upgrade - Package #1
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
- ZIP Code
- 98661-3801
- Solicitation Number
- DTFH70-12-Q-00011
- Archive Date
- 8/28/2012
- Point of Contact
- Telina A. Thompson, Phone: 3606197738
- E-Mail Address
-
telina.thompson@dot.gov
(telina.thompson@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 52.212-3 Certs and Reps Drawing-Fire Zone with Detctors.pdf COMBINED SYN/SOL: Fire Detection and Alarm System Upgrade This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is a Request for Quotation (RFQ), No. DTFH70-12-Q-00011, being issued by the Federal Highway Administration Simplified Acquisitions Department with the intent to procure Fire detection and Alarm system upgrades, price to include delivery (FOB Destination), to: Federal Highway Administration, Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA 98661. This Solicitation, is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This solicitation is a Total Small Business set-aside. The North American Industry Classification System (NAICS) code is 561621 with an industry 12.5 Million. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms with the solicitation and will be most advantageous to the Government. See Clause 52.212-2 below, for evaluation criteria. It is the contractor responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms responding must be registered with the System for Award Management(SAM, website: http://www.sam.gov/), formally known as CCR, or be registered prior to receiving award. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of Requirement: Statement of Work Western Federal Lands Highway Division (WFLHD) seeks a qualified vendor to bring the existing fire detection and alarm system up to current standards. WFLHD is located at 610 E 5th Street, Vancouver, WA. The upgrade will accomplish the following: 1. Replace outdated initiation devices with individually addressable initiation devices. 2. Replace outdated notification devices with strobe/alarm devices. 3. Replace existing conventional fire alarm control panel (FACP) with an addressable FACP. 4. Increase detection efficiency with combination smoke/heat initiating devices. 5. Bring manual pull stations to ADA Standards. 6. Increase system coverage by relocating and/or increasing the number of initiating devices. 7. Install computer room temperature and power monitors. The existing FACP monitors initiating device status, checks for faults, activates notification devices, provides power to system components, manages communications, provides alarm indications, and has controls to configure and operate the system. The FACP is located near the building main entrance. Electrical power, two dedicated external telephone lines, and back-up power supplies are located with the existing FACP. The existing FACP is a Radionics/Bosch D9124. Existing initiation and notification devices are identified on the attached WFLHD building drawing. Devices on the drawing are represented by an S for smoke detectors, H for heat detectors, P for manual pull stations, ST for strobes, and B for audible alarms. The existing device count is summarized in the following list. 1. Smoke detectors - 111 2. Heat detectors - 51 3. Manual pull stations - 19 4. Strobe devices - 7 5. Audible alarm devices - 21 Upgrade Requirements The vendor shall provide the tools, materials, labor, equipment, programming, installation, testing, and documentation needed to deliver a fully functional and operating heat and smoke monitoring and alarm system. All components must be factory new in factory packaging with full OEM warranty. Minimum requirements for system components are identified below. A. Fire Alarm Control Panel (FACP) Requirements. 1. FACP physical footprint shall be equal to or less than the existing FACP footprint. 2. FACP primary power source shall be existing 120 VAC 60 Hz. 3. FACP shall be Underwriter's Laboratory (UL) approved. 4. FACP shall provide control and communication to all initiating devices. 5. FACP shall provide supervisory and fault check functions for all system devices. 6. FACP shall individually address each system initiating device. 7. FACP shall support synchronization of notification devices. 8. FACP shall have a lockable door, with two keys per lock provided to the government. 9. FACP shall comply with NFPA72, National Fire Alarm Code for Central Station Signaling. 10. FACP off site communication shall use existing dedicated telephone lines. 11. FACP shall display each alarm/output as text containing up to 16 characters. 12. FACP messages shall be viewable with the lockable door shut. 13. FACP shall provide normal and back-up power to all system devices. 14. FACP shall have passwords to protect settings. Password shall be provided to the government within 1 hour of setting up of the password in the system. 15. FACP shall record system events to an on-board historical file. 16. FACP shall provide a reporting system. 17. FACP shall utilize existing FACP panels as much as possible. 18. Existing FACP panels, cabling, and support modules not used in the upgraded system shall be removed. It would be acceptable to offer board level upgrades if upgradable components to the existing FACP are available. This would be in lieu of a complete replacement of the FACP. B. Smoke and Heat Detector Requirements. 1. Remove and dispose of 111 existing smoke detectors and 51 existing heat detectors. 2. Install 146 smoke detectors and 50 heat detectors. 3. Smoke and heat detectors shall be UL listed. 4. Smoke detectors shall have both smoke and heat detection capability. 5. Smoke detectors shall be an open area photoelectric type sensor. 6. Smoke detectors shall provide 360° smoke entry to the smoke sensor. 7. Smoke detectors shall self-test with local indication of a failed calibration test. 8. Smoke detectors shall report a dirty chamber to the FACP. 9. Smoke and heat detectors shall have local indication of normal, alarm, and trouble conditions. 10. Local status indication shall be visually observable. 11. Smoke and heat detectors shall be mounted on an addressable two-wire base. 12. Smoke and heat detectors shall not be flush mounted to the ceiling. Detector plus head assembly shall not extend more than 2" below the ceiling. 13. Smoke and heat detectors shall be an off-white color. 14. Heat detectors shall include both fixed point and rate of rise detection capability. 15. Smoke detectors shall have a magnetic test feature. 16. A minimum of two magnetic test devices for smoke detectors shall be provided to the government. 17. Special tools necessary to remove, replace, or test detectors or heads shall be provided to the government. C. Manual Pull Station Requirements. 1. Remove and dispose of 19 existing pull stations. 2. Install 18 addressable pull stations. 3. Pull stations shall be UL listed. 4. Pull station installation shall meet ADA requirements. 5. Pull stations shall be key lock to reset. 6. Pull station key locks shall be configured to the same key. 7. Provide two keys for the locks to the government. D. Notification Device Requirements 1. Remove and dispose of 21 audible alarm devices and 7 strobe devices. 2. Install 20 wall mounted strobe/audible alarms. 3. Install 15 ceiling mounted strobe alarm notification devices. 4. Notification devices shall be UL listed. 5. Notification devices shall support synchronization control. 6. Notification devices shall be ADA compliant. 7. Notification devices shall be red. 8. Strobe/audible devices shall have at least three user adjustable strobe light levels, at least two user adjustable audible tone selections and a volume control. E. Computer Room Temperature and Power Monitor Device Requirements-Quote as a separate line item. This will be an option item. 1. Install one adjustable set point room temperature sensor in the computer room. 2. Install one power monitor sensor near the computer room. 3. Mounting location for temperature and power monitors will be provided by the Government. 4. Both devices shall be monitored by FACP system. 5. Temperature monitor shall generate a trip signal on increasing temperature. 6. Power monitor shall generate a trip signal on loss of AC monitored power. 7. Temperature and power trips shall be transmitted to central monitoring station via FACP. 8. Temperature and power trip signals shall be alarmed at FACP. F. Backup Battery Power Requirements 1. Provide a battery backup system of adequate size to pass the post-installation testing requirements. G. Miscellaneous Requirements 1. Remove and dispose of devices, bases, and unused cable and equipment. 2. All cabling and connections shall be per NEC Article 760 Fire Alarm Signaling Systems. 3. All device addresses shall be unique and indicate floor and device type. 4. Device text names will be provided by the Government. 5. Installation of devices and equipment shall comply with manufacturer's installation instructions. H. Post-installation Testing Requirements. After installation, coordinate the following tests with the Government. 1. Demonstrate battery capacity sufficient to operate the systems under quiescent load (system operating in a non alarm condition) for a minimum of 24 hours and then still be able to operate all alarm notification appliances and all other connected loads for a period of five minutes. 2. Demonstrate each initiating device actuates and is correctly identified at the FACP. 3. Demonstrate each initiating device displays correct text name when activated. 4. Verify off-site monitoring & notification service receives and correctly identifies alarms. 5. Verify off-site monitoring & notification service receives computer room high temperature and loss of power. 6. Demonstrate capability of new system to correctly supervise system status notifications. 7. Demonstrate capability of new system to silence, acknowledge, and reset alarms. I. Documentation requirements. 1. Provide manufacturer installation and start-up procedures at least 10 days prior to installation of system components. 2. Provide approved plan drawings at least one week prior to installation of system components. 3. Provide as built drawings and O&M manuals in editable electronic format within two weeks of completing installation. 4. Drawing file type shall be either MicroStation or Visio format. Non-drawing file types shall be Microsoft Word or Excel 5. Provide equipment warranties in electronic or paper copy format. J. Firmware and hardware requirements. 1. Provide latest revision for firmware and hardware. K. Security requirements. 1. All personnel shall obtain and wear a visitor's a badge while working at WFLHD. 2. All contractor personnel shall wear a contractor provided name badge while working at the WFLHD facility. 3. All contractor personnel shall return their WFLHD issued visitor's badge at the end of the day before leaving the building. If leaving outside of normal business hours (M-F 700-1600), return visitors badge to the Contracting officer Representative (COR). L. Schedule requirements 1. Work can be performed at any time of day or night and any day of the week. 2. Work resulting in actuation of notification devices shall not be performed on M-F, 0600 - 1800. 3. Installation and test activities shall take into consideration occupied building areas where work activities will be performed. A two-day project forecast will identify anticipated activities 4. Provide the government 2 days notices for any changes to the proposed work schedule. M. Permits, licensing and quality standards. 1. Contractor shall pull the required permits to perform all work as described. 2. Contractor shall be licensed as required by the City of Vancouver to perform all work as described. 3. Contractor's on-site supervisor and installation technicians shall be factory certificated to perform installation on the proposed system. 4. Contractor's on-site supervisor shall have training, education, experience, and at a minimum be certified at a NICET level II, FASIR endorsement higher certified or IMSA Fire Alarm Municipal level II certified. N. Experience and References. 1. Contractor shall have installed a minimum of five commercial fire protection systems. 2. Contractor's on-site supervisor shall have installed a minimum of five commercial fire protection systems. O. Testing, Training, and Inspection. 1. Provide a plan that identifies test steps, expected results, and documentation of results. 2. Provide hands on training for up to four Government personnel. 3. Training shall be performed using the O&M manual and installation drawings as the training guide. 4. Training shall include manipulation of all FACP controls, performance of routine and periodic maintenance, and performance of routine repairs such as fuse replacement, detector change-out, battery tests, etc. 5. Prior to final acceptance, the contractor shall provide a copy of the City of Vancouver Fire Marshall approved final inspection. P. Installation Schedule 1. Provide a schedule showing the following: a. Start date for on-site work b. Finish Date for on-site work. Finish date shall occur on or before November 16, 2012. c. Work hours d. Work days e. Non-work days f. Times when the building will be without an active fire detection system. Post Award Activities Post award activities shall be completed within 10 working days of the notice to proceed. Post award activities include the following: 1. Provide manufacture installation requirements for all devices. 2. Provide plan for Post-Installation testing. 3. Prepare and provide to WFLHD Fire system device plans/drawings that identify proposed installation locations of the FACP, each initiation device, and each notification device. Note: the drawing should identify device counts and locations different than those shown on existing WFLHD drawings. Provided by Government The government will provide the following. The contractor shall not include associated costs for the following activities/materials in their quote. 1. Electronic copy of WFLHD building floor plans showing location of existing monitoring and initiating devices. Drawing will be provided as a MicroStation drawing file or as a pdf file. 2. Ceiling tiles 3. Wall patching 4. Wall painting 5. Text names for each initiating devices 6. High voltage power to FACP 7. Electrician to connect FACP to main power Site Visit WFLHD will be hold a site visit/walk through on August 13, 2012 promptly at 1PM PST for interested contractors to ask questions, get clarifications, look at existing layouts and make notes. The site walk through is optional. Participants of the site walk through need to show a government issued picture i.d. to gain access to the Federal building. Allow 10 minutes for the sign-in process prior to the start of the walk through. Attachments 1 1. Drawing - Fire Zones With Detectors.pdf End of Statement of Work Content of Offer/Quote Package As a minimum, Offer shall include the following: • Price Schedule • Installation Schedule • Copy of manufacturer's description and information brochure (cut sheets) for each component • Power draw estimates and battery run time table • Warranty provisions applicable to each system component and to system as a whole. • Proof of on-site supervisor(s) past work experience and appropriate certifications. • Listing of references to include project and contact information of five most recent installations of commercial fire protection systems. • Contractor/vendor shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. Reps, and Certs, see attachment 2 Quotation may be submitted by Email: 1. Email quote to: WFL.purchasing@dot.gov. Please include DTFH70-12-Q-00011 on the subject line. Offers due 4 pm Pacific Daylight Time, August 27, 2012. NOTE: Fax and oral offers will not be accepted and considered non-responsive. CONTACTS: Solicitation - Contracting Officers: Telina Thompson 360-619-7738. 52.212-2 -- Evaluation -Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in no particular order: Proposal Evaluation Contractor proposals will be evaluated for best value to the Government. Evaluation will be based on the following attributes. 1. Proposed on-site work start to finish dates 2. Amount of time the building will be without a fire protection system 3. Proposed system features and capabilities 4. Qualification and experience of contractor personnel 5. Warranty provisions 6. Cost (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3- Contractors are encouraged to complete their representations and certifications online at https://www.sam.gov/portal/public/SAM/. Otherwise, include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quotes. Attachment 2 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors - incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items (see below*), FAR 52.212-3, Full Text Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10,Reporting Executive Compensation and First-Tier Subcontracting Awards (Jul 2010)(Pub.L.109-282)(31 U.S.C. 6101 note); 52.222-3 Convict Labor (June 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.223-16, IEEE 1680 Standard for Environmental Assessment of Personal Computer Products (Dec 2007)( (EO13423); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)(E.O.13513); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)( (31 U.S.C. 3332); 52.239-1 Privacy or Security Safeguards (Aug 2006)(5 U.S.C. 552a) 52.252-2 Clauses Incorp. By Reference This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-12-Q-00011/listing.html)
- Place of Performance
- Address: Federal Highway Administration, Western Federal Lands Highway Division(WFLHD), 610 East Fifth St, Vancouver, Washington, 98661, United States
- Zip Code: 98661
- Zip Code: 98661
- Record
- SN02829370-W 20120809/120807235921-23d5bf53551a1db41a94a654217f9c4f (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 |