Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOURCES SOUGHT

63 -- Upgrade Monaco D-21 Fire Alarm System

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912D0) RCO Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, Alaska, United States
 
ZIP Code
00000
 
Solicitation Number
W912D0-18-R-0020
 
Point of Contact
Steven W. Wade, Phone: 9073537126
 
E-Mail Address
steven.w.wade.civ@mail.mil
(steven.w.wade.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR UPGRADING THE MONACO D-21 FIRE ALARM SYSTEM FOR BUILDINGS 3004, 3022, AND 3025 ON FORT WAINWRIGHT, ALASKA 99703 The U.S. Army is seeking to identify potential contractors qualified to upgrade the Monaco D-21 Fire Alarm System in buildings 3004, 3022, and 3025. The contractor shall provide all labor, materials, equipment and administration necessary to complete the upgrade. Perform a backup of the database. Perform evaluation of D-21 system, and make recommendations for better performance. Test and verify the D-21 systems are synchronized. Validate system performance after installation. All software programming and system upgrades to be performed by a current Monaco Factory Trained and Certified Technician. Submit fire alarm test plan for approval for the Monaco Fire Alarm system. Document and test fire alarm system per NFPA 72 National Fire Alarm and Signaling Code. Test and verify the Monaco systems are synchronized, and that both point and zone reporting is functional. Test 10% of buildings with fire alarm signal received at all D-21 server locations: B3025, B3004, and B3022 per NFPA 72 section 14.4.2.5. Submit a test plan and acceptance plan to AHJ (FWA Fire Department) for approval, in accordance with NFPA 72 and FM approvals. Provide operator and administrator training, to include Alarm Shop personnel, and Emergency Dispatchers. Minimum 2 hours. Coordinate training schedule with the Dispatch Supervisor. At the conclusion of the project, provide forms, system drawings, and documentation to detail the work has been completed. • Provide three (3) copies of the D-21 software installation disk for archival purposes. • Provide new D-21 operations, maintenance, and technical manuals. The Government is contemplating a Firm Fixed Price (FFP) contract for the Monaco D-21 Fire Alarm System Upgrade Project. This posting is a request for information from interested vendors and is issued solely for informational and planning purposes. This posting is not an Invitation for Bids or a Request for Proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future Solicitation, if one is issued. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The U.S. Army is requesting the following information from interested vendors: - Company name and contact information to include phone number and email. - Positive statement of your interest in this procurement as a prime contractor. - DUNS number and CAGE code. - Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 238290, size standard of $15.0M. - Industry is encouraged to provide feedback, comments, or questions on the draft acquisition requirements. Interested parties should send above information through email to the point of contacts listed below. Phone calls will not be accepted in response to this Sources Sought. Responses are due on 10 July 2018 at 5:00 PM Eastern Time. Interested parties are also encouraged to register with this sources sought. An actual solicitation may or may not be issued. The closing date and time for submission of offers will be contained in the solicitation package if one is issued. Paper copies will NOT be available. The entire solicitation (if one is issued), including the specifications and/or drawings, will be made available only on the Federal Business Opportunities Web Site at https://www.fbo.gov/. Interested Parties are solely responsible for monitoring the aforementioned site for the release of the solicitation package and/or any updates and/or amendments to any and all subject documents. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action. All contractors MUST be registered in the System for Award Management database or their bid/proposal will not be considered. Contractors can obtain further information on the System for Award Management at Web Site https://www.sam.gov. Primary Point of Contact: Steven Wade Contract Specialist steven.w.wade.civ@mail.mil Phone: 907-353-7126 Secondary Point of Contact: John R. Quarles Contracting Officer john.r.quarles.civ@mail.mil Phone: 907-353-2368 Contracting Office Address: PO Box 35510 1064 Apple Street Fort Wainwright, AK 99703
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/07ca403781909dd2514eb6f29ee8d1cb)
 
Place of Performance
Address: DPW, Bldgs.. 3004, 3022, 3025, Fort Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN04978620-W 20180705/180703231033-07ca403781909dd2514eb6f29ee8d1cb (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.