Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2014 FBO #4541
SOLICITATION NOTICE

59 -- Wenatchee Lab Fire Alarm System

Notice Date
4/29/2014
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
 
ZIP Code
98801
 
Solicitation Number
AG-05GG-S-14-0025
 
Archive Date
7/4/2014
 
Point of Contact
Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
 
E-Mail Address
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for providing and installing a fire alarm control panel at the Wenatchee Forestry Sciences Lab in Wenatchee, WA. The Contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified), to perform the Statement of Work/Specifications. Work includes: 1. Providing and installing a fire alarm control panel that: a. Replaces existing panel and connects to existing fire alarm system. b. Existing system is a Silent Knight analog system with 8 zones i. Each point is either a detector (heat, smoke, hand pull, flow, or tamper), or sounder. c. Needs to have capacity to connect to 2000+ addressable units. d. The acceptable minimal standard is a panel comparable to a Simplex 4100U Fire Alarm Control Panel i. Specifications can be found in section 26 07 21 ii. 24 VDC, 3A power supply and battery charger iii. Event activity logger iv. Expandable modular design v. Meets NFPA 72 National Fire Code standards e. Is able to contact external system (i.e. alarm monitoring company) in case of an emergency. 2. Work and materials shall comply to industrial standards for this type of work. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after June 15, 2014. It is anticipated that 150 calendar days will be allowed for contract completion after the Notice to Proceed is issued. A firm-fixed price contract is contemplated requiring submission of both past performance, technical experience and price quote. Award will be made to the offeror whose quote offers the best value to the Government. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after June 4, 2014. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Quotation package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-14-0025/listing.html)
 
Place of Performance
Address: Wenatchee Forestry Sciences Lab, 1133 North Western Ave., Wenatchee, Washington, 98801, United States
Zip Code: 98801
 
Record
SN03350917-W 20140501/140429234155-0a64484ec9869ca8db5b740ed7897abc (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.