SOURCES SOUGHT
Z -- Design-Build Fire Protection Upgrade
- Notice Date
- 3/2/2015
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PE), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- GS-05P-15-SL-C-0026
- Archive Date
- 3/21/2015
- Point of Contact
- Helen V. DiMonte,
- E-Mail Address
-
helen.dimonte@gsa.gov
(helen.dimonte@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS - FOR PLANNING PURPOSES ONLY. This is not a request for offers or proposals. This is a market research tool being utilized to determine the availability and adequacy of ALL potential qualified sources. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement. The purpose of this notice is to solicit interest, capabilities and qualifications of all firms with Design - Build project delivery experience. Project Location: Hart-Dole-Inouye Federal Center 74 North Washington Avenue Battle Creek, Michigan 49037 This project shall seek to complete fire protection systems, integrate other projects with this one to achieve full fire protection goals, improve life safety, and to reduce risk to occupants, the building, and the environment. Historic fabric of these facilities shall be protected and the designers and constructors shall assure that design and installation produces the least possible impact to the historic nature of these facilities. The Hart-Dole-Inouye (H-D-I) Federal Center consists of 21 buildings on 24.9 acres, all of which are listed in the National Register of Historic Places. The H-D-I Federal Center contains approximately 800,000 rentable square feet of space. The facility is intended to remain fully functional while the systems are replaced and upgraded. The H-D-I Federal Central's current base equipment is an Edwards System Technology (EST) fire alarm system. As part of the design/build design proposal, the contractor may provide proposals to utilize the existing base fire alarm equipment and qualify the expected usable life remaining in the existing backbone equipment. As a design option, the contractor should provide a proposal to utilize the existing EST equipment and modify with necessary hardware and programming necessary for expanding the system to provide a complete emergency voice communication system throughout the campus as well as replacing aged initiating devices. The contractor shall provide comparison of the current EST panel technology, panel construction quality, longevity of service, ease of service including programmability, and expected lifetime with the alternate to provide a complete fire alarm replacement. The contractor shall also evaluate the required audio and notification upgrades necessary to expand the current EST amplifiers and speakers compared to the acceptable fire alarm panel manufacturers. As an alternate to the corrective action for the fire alarm upgrades for this facility the Design/Build contractor may propose providing alternative fire alarm manufacturers to replace the existing EST base system. In order to maintain continuity, the contractor shall investigate concurrent fire alarm installation with new fire alarm equipment while maintain the existing system until a complete switchover can occur. The contractor shall provide or evaluate the total system replacement with comparable fire alarm system equipment. The contractor can investigate reutilization of existing conduit and backbone wiring for fire alarm panels and workstations installed in 2008 or later, however wiring for older systems shall be replaced, as wiring often is the leading cause of system trouble or nuisance alarms. The proposed alternate would replace the existing EST main fire alarm control panel, the remote panel in Bldg. 5, the 16 "Node" panels throughout the campus, the annunciator in 30 Adam dispatch center, the annunciator in the Child Care Center and the three Fireworks graphic work stations. The proposed alternate would provide new wiring and conduit throughout with the exception of conduit located behind historically significant areas or in location that would prove to be cost prohibitive to trench or encase under concrete. Reuse of any conduit shall be coordinated and agreed upon between the contractor, the design professional, the GSA Regional Historical Preservation Architect and the GSA Regional Fire Protection Engineer. The estimated price range is: more than $10,000,000.00. Sources are being sought for firms with a North American Industry Classification System (NAICS) of 236220. Firms interested in this effort must be able to demonstrate Design-Build experience on three similar projects. Similar project is defined as a project similar in size, type and complexity. To be considered similar in size, projects should exceed $10,000,000 for both design and construction cost and must be completed in the last seven years. To be considered similar in type, project(s) must include design-build experience in fire protection and life safety. Interested firms should submit a capabilities statement to include the following: Company name, DUNS number, Business Size, Bonding Capacity, Summary of three similar projects and Point of Contact information. Please also indicate if your firm has personnel that is Design-Build certified through the Design Build Institute of America. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. Incomplete responses will not be considered in determining market availability. Responses to this Notice shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable interest and capability. A determination not to complete the proposed procurement based upon responses to this Notice is solely within the discretion of the Government in response to this Notice will be for review purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. Interested Offerors shall respond to the Sources Sought no later than 4:00 pm CST, Friday, March 6, 2015 via email to Helen DiMonte at helen.dimonte@gsa.gov. Subject line of the email shall appear as follows: HDI Sources Sought Response. Oral communications, telecommunications and faxed inquiries or comments are NOT acceptable as a response to this Notice. Only e-mail responses will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05P-15-SL-C-0026/listing.html)
- Place of Performance
- Address: Hart-Dole-Inouye Federal Center, 74 North Washington Avenue, Battle Creek, Michigan 49037, United States
- Zip Code: 49037
- Zip Code: 49037
- Record
- SN03655553-W 20150304/150302234308-37cfa7c058f5b1dd208d3e280571726d (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 |