Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOURCES SOUGHT

Z -- DDJF Fire Protection Upgrades - Fire Protection Repairs and Upgrades to Various Facilities at NAS Jacksonville and NS Mayport, Florida

Notice Date
5/1/2018
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N694505300379
 
Response Due
5/31/2018
 
Archive Date
6/15/2018
 
Point of Contact
Reggie Taylor (904) 542-6392
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR Fire Protection Repairs and Upgrades to Various Facilities at NAS Jacksonville and NS Mayport, Florida Notice Type: Sources Sought Sources Sought No: N694505300379 Solicitation No: TBD Date: May 1, 2018 Response Date: May 31, 2018 Classification Code: Z “ Maintenance, Repair, and Alteration of Real Property NAICS Code: 238210 “ Electrical Contractors and Other Wiring Installation Contractors ------------------------------------------------------------ This is not a solicitation announcement and there are no plans/specifications/drawings or bid package available for this project. This is a Sources Sought Synopsis announcement only. This is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within NAVFAC Southeast to facilitate the decision making process. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or promise to issue a solicitation in the future. NAVFAC Southeast is looking for responses from interested Prime Contractors. We are not seeking responses from firms interested in subcontracting opportunities. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute a Request for Proposal/Solicitation, Request for Quote, or Invitation for Bid and there are no plans or specification for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. If a solicitation is issued, the solicitation number WILL NOT be numbered the same as the sources sought notice number. It is the potential offerors responsibility to check the Navy Electronic Commerce Online (NECO) website (https://www.neco.navy.mil) and the Federal Business Opportunities website. NAVFAC Southeast is seeking qualified small businesses with current relevant experience to perform the following as described below: The scope of the proposed project includes repairs replacing various existing fire alarm and additional associated systems within the following buildings at NAS Jacksonville and NS Mayport: NAS Jacksonville Bldg 109: a.Replace the existing fire alarm, sprinkler systems, and fire pumps replace them with new fire alarm/mass notification and sprinkler systems. b.Demolish the existing fire alarm system in its entirety. c.The electrical part for this project consists in providing power to the new electric equipment in the fire protection pump room (Bldg. 109A), and providing power to the new electric heaters to be installed in building 109. d.Provide a new LED lighting system to replace the existing one in the office where new sprinklers are to be installed or replaced. e.Provide a complete LED lighting system in B109A including switch, to replace the existing ones. f.Provide an electrical feeder from existing service pad mounted transformer to new 208/120 Volt branch panel board in building 109A. NAS Jacksonville Bldg 110: a.Replace the existing sprinkler system within Bay 02 with a new sprinkler system. b.Demolish the existing fire alarm system in its entirety. c.Replace the existing fire alarm system within Bay 02 and the DLA offices within the facility and replace them with new fire alarm/mass notification devices connected to the existing system. d.Replace existing fire protection piping that is currently hung from the roof structure. The existing roof members, pipe hangers and connections shall be verified to ensure sufficient capacity to support the new piping. New hangers shall be added as needed. Special consideration of localized failures of the hangers (concrete anchor failures, mechanical connections into wood failures, localized steel bending/shear failures, etc.) shall be checked. e.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. f.Provide manual pull stations within 5 feet of all exit doors. g.Provide scrolling LED textual signs at all major exits throughout the facility. NAS Jacksonville Bldg 163: a.Replace the existing fire alarm system replace it with a new fire alarm/mass notification system. b.Demolish the existing fire alarm system in its entirety. c.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. d.Provide manual pull stations within 5 feet of all exit doors. NAS Jacksonville Bldg 164: a.Replace the existing fire alarm system replace it with a new fire alarm/mass notification system. b.Demolish the existing fire alarm system in its entirety. c.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. d.Provide manual pull stations within 5 feet of all exit doors. Mayport Bldg 191: a.Replace the existing fire alarm system and replace with new fire alarm/mass notification system. b.Demolish the existing fire alarm system in its entirety. c.The new panels for the new fire alarm/mass notification system shall act as the primary panel for the facility. All other existing fire alarm devices throughout the rest of the facility shall be monitored by this new panel. d.Provide speakers for combined mass notification/fire alarm systems. e.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. f.Provide manual pull stations within 5 feet of all exit doors. g.Provide ceiling mounted speaker clusters in the high bay areas. h.Provide scrolling LED textual signs at all major exits throughout the facility. i.Provide power to new fire alarm panel. In order to do that is necessary to install a new breaker in the existing panel P2WH. j.Provide an interior distribution system consisting of insulated copper conductors in conduit. k.Provide an insulated equipment grounding conductor in all raceways for systems operating at greater than 50 volts. Mayport Bldg 2023: a.Replace the existing fire alarm and sprinkler systems with new fire alarm/mass notification and sprinkler systems. b.Demolish the existing fire alarm system throughout the entire facility. c.Replace existing fire protection piping that is currently hung from the roof structure. The existing roof members, pipe hangers and connections shall be verified to ensure sufficient capacity to support the new piping. d.Add new hangers as needed. Special consideration of localized failures of the hangers (concrete anchor failures, mechanical connections into wood failures, localized steel bending/shear failures, etc.) shall be checked. e.Provide air conditioning and heating for spaces as required. The replacement of the fire protection piping requires the building to be provided with additional heat to prevent the new piping from freezing during winter. f.Provide additional unit heaters throughout the spaces where new fire protection piping is installed to satisfy the inside heating conditions and prevent the pipes from freezing. g.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. h.Provide manual pull stations within 5 feet of all exit doors. i.Provide ceiling mounted speaker clusters in the high bay areas. j.Provide scrolling LED textual signs at all major exits throughout the facility. k.Providing power to new electric unit heaters. In order to do that is necessary to install new circuit breakers in the existing panel A. l.Provide all necessary conduits, fittings and wiring to power new electric heater units. m.Provide a new LED lighting system. n.Provide disconnect switches for the new electrical unit heaters and a dedicated branch circuit and circuit breaker. o.Demolish existing high pressure sodium lighting fixtures. NAS Jacksonville Bldg 162: a.Replace the existing fire alarm system and replace it with a new fire alarm/mass notification system. b.Demolish the existing fire alarm system in its entirety. c.Provide Class Notification Appliance Circuits, Class A Signaling Line Circuits. Any Class B Initiation Device Circuits shall be less than 10 feet in length. d.Provide manual pull stations within 5 feet of all exit doors. e.Provide scrolling LED textual signs at all major exits throughout the facility. NAICS Code: 238210 “ Electrical Contractors and Other Wiring Installation Contractors with the annual size standard of $15,000,000. Project Magnitude is $5,000,000 to $10,000,000. Submission Package: Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1.Contractor Information: Provide your firm ™s contract information, to include DUNS and Cage Code number. 2.Indicate if a solicitation is issued, will your firm/company be submitting be submitting a proposal: ____Yes ____No. 3.Type of Business: U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified Hub Zone, Service Disabled Veteran-Owned Small Business (SDVOSB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. 4.Bond Capacity: Provide your surety ™s name, your maximum bonding capacity per individual project. Offeror ™s must be able to bond at the higher end of the range of $5,000,000 to $10,000,000. 5. Experience Submission Requirements: Submit a minimum of two (2) Design-Build projects that demonstrate experience in which your firm SELF-Performed the fire protection system installation efforts of a similar size, scope and complexity to the project description above, completed within the last seven (7) years, and with an approximate Fire Protection System scope value of $2,000,000 or greater. Each project submitted must demonstrate scope in at least two of the following fire protection systems to be considered similar in scope and complexity: 1. Fire Suppression System (automatic sprinklers, gaseous or foam systems); 2. Fire Alarm Systems (fire detection system, fire notification systems, fire reporting systems, or mass notification systems); 3. Fire Water Supply Systems (fire mains, tanks or fire pumps). Projects must indicate fire protection scope of work was self-performed, work that was Sub-Contracted out will not be considered. Submissions shall contain the following items below (a - h) for each project submitted for consideration; a.Include Contract Number, if applicable; b.Indicate whether Prime contractor or Subcontractor; c.Contract Value; d.Value of Fire Protection System scope; e.Completion Date; f.Government/Agency point of contact and current telephone number; g.Project Description. Include a brief description, with sufficient detail, to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein; h.Indicate whether the project is Design Build. Capability Statements consisting of appropriate documentation, literature, brochures will be accepted providing it contains ALL the information required above (items 1-5). Complete submission package shall not exceed 15 pages. This package shall be sent by email, no larger than 6MB, to the following email address: Reginald.d.taylor@navy.mil. OR via mail to: Naval Facilities Engineering Command, Southeast ATTN: Reggie Taylor P.O. Box 30 Jacksonville, FL 32212-0030 OR Naval Facilities Command Southeast ATTN: Reggie Taylor Building 135, Ajax Street Jacksonville, FL 32212-0030
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8245c791cc176f6ce9656e25699adbcf)
 
Place of Performance
Address: Naval Air Station Jacksonville and Naval Station Mayport, Florida, Jacksonville, Florida
Zip Code: 32212
 
Record
SN04905992-W 20180503/180501230638-8245c791cc176f6ce9656e25699adbcf (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.