SOLICITATION NOTICE
Z -- Design Build Contract for Fire Alarm System Replacement, Solomon US Courthouse (SOLCRT), Portland, Oregon
- Notice Date
- 6/10/2013
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10P-13-LT-C-0015
- Archive Date
- 8/15/2013
- Point of Contact
- Richard Risso, Phone: 2539317309
- E-Mail Address
-
richard.risso@gsa.gov
(richard.risso@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Fire Alarm System Replacement Design Build Construction Project, Gus J. Solomon US Courthouse (SOLCRT) 620 W. Main St. Portland, OR The General Services Administration (GSA), Region 10 announces an opportunity for the modernization of the Fire Alarm System in the Solomon US Courthouse Building, Portland, Oregon. Interested parties are encouraged to register through FBO using the "Add Me to the Interested Vendors" link on the Federal Business Opportunities (FBO) website. Vendors are also encouraged to register to receive notices about this announcement by using the "Watch This Opportunity" link on the FBO website. NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors. PROJECT BACKGROUND/DESCRIPTION: The objective of this fire alarm system replacement project is to replace the current fire panel, devices and conductors at the Solomon US Courthouse. The current fire alarm system that serves the Courthouse is outdated and needs to be replaced. The Design-Build (D/B) Contractor and its Team shall design and construct renovations and improvements to modernize the existing fire alarm system, inclusive of replacement and upgrades. The specific activities, tasks, and deliverables required of the D/B Team will be further delineated in the Statement of Work issued with the D/B solicitation. PROJECT SCOPE: The objective of this system replacement scope of work is to describe all the performance criteria expected at project completion in order to design and replace the current fire control panel(s), conductors and associated devices at the Solomon Federal Courthouse. The current fire panel that serves the Courthouse has reached the end of its useful life and needs to be replaced. The manufacturer of the current fire alarm panel and hardware is Simplex 2001 Life-Alarm. This scope of work shall include the design and replacement of the fire panel, and all other fire life safety devices which upon completion will comprise a fully operational and code compliant system. In order to mitigate costs GSA will consider the reuse of some components such as tamper switches and flow switches, etc. depending on their operational condition, compatibility with installed system and current code compliance. If allowed, Contractor will be completely responsible for all reused system devices and they will be under covered by same warranty as newly installed equipment. Project will consist of the replacement of complete fire alarm system to include all control panels, devices, wiring, and addition of new conduits where necessary to ensure a fully functional, code compliant class "A" system when complete. All work will be in compliance with the Secretary of the Interior standards for the treatment of historic properties, requirements of the Gus Solomon U.S. courthouse preservation plan and U.S. General Services Administration's technical guidelines and contract documents. No assumption of current systems code compliance should be made. Contractor will be responsible for complete design and installation which conforms to all current codes and standards. The replacement of the fire alarm system will be accomplished while facility is fully occupied. The D/B Team will be required to ensure minimal disruption to tenants and their mission, keep a fully functional fire alarm system in operation, the facility and tenant's safe and fully protected until such time as the new system is fully operational and ready to bring on line for facility protection. •1. GSA envisions a highly collaborative D/B delivery approach for this project. The expectation is that the D/B Team will work closely with all the stakeholders to deliver a project that meets the expectations and needs of all stakeholders and GSA's requirements for a fully functional, code compliant fire alarm system. Further, since this is a design/build retrofit project, there are existing fire alarm materials and/or equipment installed in the building. The Design Build Contractor shall include any missing materials and/or equipment in their project costs to ensure a fully operational, code compliant, addressable fire alarm system. •2. Project documentation shall be provided by D/B contractor in the Meridian systems ePM format. Training and operating manuals for ePM system will be provided by GSA at no cost to successful contractor. D/B contractor will set aside time and assign individuals to take advantage of training at no additional cost to GSA within 30 days of NTP. The training is expected to take about 2 ½ business days to complete. The D/B Team will be selected through a one phase best value D/B source selection process that meets the goals of GSA. Pre-Proposal Conference Date: July 2, 2013 Time: 10:00 a.m. Location: Gus J. Solomon US Courthouse, Main Lobby, 620 SW Main, Portland, OR. Attendees shall bring a valid photo I.D. and meet the GSA Project Team in the lobby of the Courthouse after passing through Security. Instruction as to room location will be provided at that time. A pre-proposal site visit will be conducted in conjunction with the pre-proposal conference. Attendance at the pre-proposal conference is mandatory for participation in the site visit. The intent of the meeting is to discuss the Solicitation, Proposal requirements and general questions related to the Request for Proposal (RFP). A tour of the facility will follow immediately after. NOTE: Due to limited space within the occupied facility, no more than four (4) individuals per Design-Build Team (including the Prime Contractor and any sub-consultants) will be permitted on the tour, regardless of company affiliation. Sub-contractors must identify which Design-Build Team they are associated with in order to attend the site visit tour; individual sub-contractors will not be permitted on the site visit. More than one representative from each company (as well as more than four individuals per design-build team) may attend the initial pre-proposal conference discussion in the morning. All parties interested in attending the pre-proposal conference and/or site visit shall register not later than 3:00 p.m. on Friday, June 28, 2013, prior to the scheduled Site Visit. Parties not registered by this deadline will not be permitted to attend the pre-proposal conference/site visit tour. To register, each Offeror shall submit, in writing via email, to the Contracting Officer ( richard.risso@gsa.gov ) and the Project Manager at chris.helmer@gsa.gov ), a list of attendees. Information submitted shall include the following: •· Attendee Name (First, Middle, Last) •· Attendee Email •· Company Name and Designation if Prime or Sub (if Sub, indicate to which Prime) •· Company Address •· Company Phone Number •· Designation if the attendee is attending the tour of the facility POST SITE VISIT QUESTIONS: Questions raised during the site visit shall be submitted in writing to the Contracting Officer ( richard.risso@gsa.gov ) and Project Manager ( chris.helmer@gsa.gov ) within five (5) workdays following the site visit. Offerors shall submit all other inquires related to this RFP in writing to the CO and the PM. NOTE: This solicitation will remain unchanged unless it is specifically amended in writing. All amendments will be posted to the FBO website. If an amendment is issued, an offeror will be required to acknowledge the amendment by acknowledging the amendment in Block 19, on the SF 1442. I.D.2. Interested parties must notify the Contracting Officer for further information about attendance and to confirm location, time, and date. Only those parties who have notified the Contracting Officer and provided necessary information in advance of the meeting will be allowed to attend. To request a reasonable accommodation due to a disability, contact the Contracting Officer. PROJECT MAGNITUDE: The Magnitude of Construction is between $1,500,000.00 and $3,000,000.00. PROJECT DURATION: 12 months (Design and Construction) COMPETITION: Unrestricted. This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. An Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. PROCUREMENT STRATGY: The Design Build contractor will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Part 36, Source Selection Procedures, FAR subpart 15.3 following issuance of a formal Request for Proposals (RFP) on www.fbo.gov. For this contract award process, GSA will issue one Solicitation. The Government will identify the evaluation factors developed in accordance with FAR 15.304 that will serve as the basis for the determination of the Offer which provides the best value to the Government. Interested Offerors will be required to submit their responses (including both technical and price proposals) to the RFP by the due date established in the RFP. The Government will evaluate all responses to the RFP in accordance with the criteria in the RFP. The Government intends to award without discussions. CONTRACT AWARD: GSA PBS R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of this solicitation. SOLICITATION ISSUE DATE: The RFQ will be issued electronically on or about 06/17/2013 on the internet at: http://www.fbo.gov/. CLOSING DATE: 31 July 2013, 1:00PM PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-13-LT-C-0015 /listing.html)
- Place of Performance
- Address: Gus J. Solomon US Courthouse, Portland, Oregon, 97503, United States
- Zip Code: 97503
- Zip Code: 97503
- Record
- SN03084412-W 20130612/130610234839-e2df2b44c0175a632913082370813f01 (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 |