SOURCES SOUGHT
Z -- Fire Alarm Upgrades and Integration
- Notice Date
- 8/31/2017
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Bureau of ReclamationPacific Northwest RegionRegional OfficeAcquisition Management Division1150 N. Curtis Road, Ste. 100BoiseID83706-1234US
- ZIP Code
- 00000
- Solicitation Number
- R17PS00720
- Response Due
- 9/30/2017
- Archive Date
- 10/30/2017
- Point of Contact
- Justin Blyth, wblyth@usbr.gov
- E-Mail Address
-
Contracting Officer
(wblyth@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Bureau of Reclamation, Pacific Northwest Regional Office, in Boise, ID is issuing this sources sought notice to determine the availability and capability of small businesses to perform a contemplated future project. Information obtained through this notice may be used to determine the potential for issuing a future solicitation for this project with a small business set-aside, and to provide input for the Governments overall acquisition strategy. Description of Work: The work consists of design, installation, and commissioning of NFPA compliant fire alarm systems. The intent of this work is to reach an end result where all installed fire alarm systems are integrated with existing equipment, including the Command Center system, to the maximum extent practicable. The current system consists primarily of Siemens FACTP & NCC components, including Siemens MXL control panel and Siemens NCCXP-WAN. Location of Work: Work is located at the Grand Coulee Dam, which is approximately 90 miles west of Spokane, WA, in the town of Grand Coulee Dam, WA. Work may also be performed at the Hungry Horse Dam, located just outside of Hungry Horse, MT. Nature of Contract: The anticipated contract is a single-award indefinite-delivery indefinite-quantity contract to facilitate unified design and maximum integration with existing equipment. Task orders will be issued against the basic IDIQ contract to facilitate planned and ongoing system upgrades and replacement. The order of magnitude for the maximum value of the IDIQ is expected to be from $10,000,000 to $25,000,000. Individual task order values may vary significantly. Information Requested: When responding to this notice, respondents are asked to provide the following information: 1. Business Name and DUNS number 2. Contact information 3. Business size and any additional socioeconomic classification(s) 4. Bonding capability, including current single and aggregate performance and payment bond limits 5. Brief capabilities statement that addresses experience performing similar projects as a prime contractor. 6. Any specific feedback on the description of work or nature of contract. This is NOT a Request for Proposal or Invitation for Bids, and does not constitute any commitment by the Government. The Government will not pay for information received in response to this notice. All interested sources must respond to future solicitation announcements separately from responses to this sources sought notice. Please submit responses to this sources sought to the primary point of contact provided in this notice. Responses are requested to be submitted no later than September 30, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bd4d44f00b07577f1409bd495f8cd5d0)
- Record
- SN04656462-W 20170902/170831233155-bd4d44f00b07577f1409bd495f8cd5d0 (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 |