Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SOURCES SOUGHT

Z -- Garage Dry Fire Protection Pipe Replacement

Notice Date
3/30/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
EQ5P2SS2P1-18-0025
 
Point of Contact
Rhonda Booker, Phone: 2165224875
 
E-Mail Address
Rhonda.Booker@gsa.gov
(Rhonda.Booker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PROJECT TITLE: "GARAGE DRY FIRE PROTECTION PIPE REPLACEMENT" THIS IS NOT A REQUEST FOR QUOTE, REQUEST FOR PROPOSAL OR INVITATION FOR BID. THIS IS A SOURCES SOUGHT NOTICE FOR GOVERNMENT PLANNING PUPOSES ONLY. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes to identify interested Small Business vendors and who qualify under the 8(a) Program, the HUBZone Program, Women Owned, and/or the Service-Disabled Veteran-Owned Small Business Procurement Program. The North American Industry Classification System Code for this potential acquisition is 238220 Plumbing, Heating, and Air-Conditioning Contractors. The Bonding Capacity for this acquisition is $1,300,000.00. The Small Business size standards under this NAICS code 238220 are $15,000,000.00. The General Services Administration (GSA) is seeking qualified Prime Contracting sources with proven experience and expertise in Dry Fire Protection Piping system replacement services within occupied spaces. This potential acquisition will be completed at the Carl B. Stokes U.S. Courthouse, located at 801 W. Superior Avenue, Cleveland, OH. It is the GSA's goal to provide an efficient and safe work environment for patrons, tenants and employees. Replacement of the fire protection piping system in the parking garage shall be in accordance with all federal, state, local and industry standards and policies. The scope of work includes but is not limited to: Re‐sloping the dry sprinkler piping, replace the damaged dry sprinkler piping, install a nitrogen generating plant and painting of all the dry sprinkler piping. The project involves modification to the piping associated with the dry-pipe automatic suppression system for the Carl B. Stokes US Courthouse. The system shall include all piping, sprinklers, fittings, hangers, valves, flow switches, tamper switches, supervisory switches, check valves, riser trim packages, nitrogen generators, air maintenance devices, nitrogen monitoring equipment, drains, inspector's test connections, and all other accessories and miscellaneous items required for a complete operating system. The sprinkler system shall be fully tested and ready for full operation prior to acceptance by the Government. In addition, the contractor shall completely repair, refurbish, and provide additional equipment to the existing completely supervised, multiplex intelligent, analog, addressable fire detection and alarm system. The drawings and specifications are schematic in nature and are intended to convey general design intent for the purposes of bidding the work. All major elements are believed to be adequately described as part of the contract documents. The Contractor is expected, as a requirement of their qualifications, to utilize their knowledge and experience to anticipate and include in the cost of the work any incidentals which may be required, but are not specifically expressed in the drawings and specifications in order to provide a complete and fully functional system, compliant with all applicable codes and standards, including International Building Code (2009), NFPA 72 (2010), NFPA 13 (2010), and PBS P-100. In addition, the contractor is requested to Visit the site during the pre‐bid meeting, and become familiar with the conditions affecting the installation. Submission of a bid shall presume knowledge of such conditions and no additional compensation shall be allowed where extra labor or materials are required. Include all labor, material, equipment, and services necessary for the proper completion of the project intent and the work shown. Items omitted, but necessary, to make the systems complete and workable shall be understood to be part of the work. The drawings describe the intent of the project and are not all inclusive. It is the purpose of the drawings to indicate the approximate location of all equipment, doors, switches, etc. Best practices, craftsmanship and workmanship will be employed in the creation of an inclusive, COMPLETE renovation. This project will require work hour restrictions. It is the intent that the work shall be performed between of 6:00AM‐6:00PM (EST). Any work that presents a hazard to the facility, requires shut downs or other similar type events, produces loud noises or disturbing conditions shall be completed after normal business work hours. It is the intent that no work that presents a hazard to the facility, requires a shut down or other similar type event, produces loud noises or disturbing conditions shall be performed during normal business hours. The Property Manager, at their discretion, can halt work, at any time, which presents a hazard or disturbs the tenants of the Carl B. Stokes U.S. Courthouse. It is the intent that the work shall be completed in approximately (300) three hundred consecutive calendar days. The Davis-Bacon Wage Determination will be applicable. A wage determination from the Department of Labor will specify minimum wages to be paid to employees. The Government anticipates issuing the solicitation for this acquisition on or about April 16, 2018. If you are an interested firm, please provide the following information to rhonda.booker@gsa.gov no later than April 9, 2018 @ 10:00 (EST). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Statement of Interest should include: a. Legal Name of Company b. Point of Contact c. Address d. Telephone Number e. E-mail Address f. Small Business Status g. DUNS Number h. Primary NAICS Code The Capability Statement should include information that clearly demonstrates the capabilities, expertise and experience to perform the requirements, and to serve as a prime contractor to perform the requirements. a. Description of company's primary business line b. Description of recent, relevant past performance history on similar projects within 3 years. c. Description of any subcontracting or teaming arrangement that may be pursued for this acquisition. d. Information that will support financial capability. e. The Capability Statement should be no more than five (5) pages in length. Responses to this announcement are not considered quotes or offers, and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The Government shall not be held responsible for any cost incurred in response to this Sources Sought Notice. Interested vendors are encouraged to identify themselves as such at the FedBizOpps website for purposes of teaming arrangements and subcontracting opportunities. Telephone responses and inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39814cae8462dd6cc292325196d2870f)
 
Place of Performance
Address: Carl B. Stokes U.S. Courthouse, 801 W. Superior Avenue, Cleveland, Ohio, 44113, United States
Zip Code: 44113
 
Record
SN04873335-W 20180401/180330230836-39814cae8462dd6cc292325196d2870f (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.