SOURCES SOUGHT
99 -- Expression of Interest to Design and Engineer Halon Fire Suppression Systems with FK-5-1-12 Clean Agent Fire Suppression Systems at the Savannah River Site- Located near Aiken, SC
- Notice Date
- 2/5/2020 12:37:10 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- SAVANNAH RIVER REMEDIATION-DOE CNTR Aiken SC 29808 USA
- ZIP Code
- 29808
- Solicitation Number
- SRR-SCM-2020-00027
- Response Due
- 2/13/2020 8:59:00 PM
- Archive Date
- 02/28/2020
- Point of Contact
- Heather Pisano, Phone: (803) 952-7103
- E-Mail Address
-
heather.pisano@srs.gov
(heather.pisano@srs.gov)
- Description
- Purpose The purpose of this inquiry is to determine your interest and qualifications as a possible Offeror to design and engineer Halon fire suppression systems with FK-5-1-12 clean agent fire suppression systems. It is anticipated the Procurement Statement of Work will request subcontractor(s) to design the system for use in multiple facilities located at the Department of Energy Savannah River Site. Additionally, the scope requires this system to meet various engineering, performance, and quality requirements, as well as meet applicable codes and standards. Summary Establish a Blanket Order Agreement (BOA) under which Task Orders will be issued to define, request and authorize specific tasks. Provide engineering and design services required for the replacement of existing Halon 1301 Fire Suppression Systems with FK-5-1-12 Clean Agent Fire Suppression System(s) in designated Liquid Waste Organization (LWO) buildings / facilities at the Savannah River Site (SRS). This Statement of Work (SOW) will establish a Blanket Order Agreement (BOA) under which Task Orders will be issued to define, request and authorize specific tasks. The fire suppression system replacement in each building or facility will be a separate Task Order. Required Codes / Standards National Fire Protection Association (NFPA) NFPA 2001, Standard on Clean Agent Fire Extinguishing Systems, 2018 Edition Underwriters Laboratories Inc. (UL) ANSI/UL 2166, Standard for Halocarbon Clean Agent Extinguishing System Units, 2012 Drawing/Sketches shall be supplied for a designated facility with each Task Order to enable �Supplier/Subcontractor design. General LWO currently has seven (7) buildings / facilities with Halon fire suppression systems. These Halon systems are to be replaced with FK-5-1-12 systems. The scope covered under this subcontract shall be released incrementally by LWO Task Orders that are individually negotiated and include task specific technical and quality program requirements. The Subcontractor shall provide an FK-5-1-12 fire suppression system engineering and design package for a specific or designated building / facility at SRS that is identified in a detailed Task Order executed under the BOA. Each FK-5-1-12 fire suppression system shall be designed in accordance with NFPA 2001 requirements and shall be listed by Underwriters Laboratories Inc. or approved by FM Global. The technical and quality requirements provide a range of specific tasks expected to be executed. Each Task Order will clearly define all specific aspects of the task including, as appropriate: ����������� Engineering requirements ����������� Performance requirements ����������� Quality requirements ����������� Applicable codes & standards ����������� Schedule ����������� Deliverables ����������� Acceptance Method The design package shall be for replacement of the facility's existing Halon fire suppression system. This engineered design package shall not include any physical labor/installation or materials. Dimensions permitting, FK-5-1-12 agent cylinders shall be installed (by SRS) in the same location as the Halon cylinders that they replace unless noted otherwise. The engineered system requires individual calculation/design to determine the flow rates, nozzle pressures, pipe sizes, area or volume protected by each nozzle, quantity of agent, number and types of nozzles and their placement in a specific system, discharge time, and hold (soak) time. System Deliverables System specifications with bill of materials including all pertinent information necessary for the procurement of system components. Working plans with relative flow calculations. Calculations for design concentration and total flooding quantity of FK-5-1-12 shall be prepared and provided by Subcontractor in accordance with NFPA 2001. The duration of protection interval shall be calculated as specified in NFPA 2001. Distribution system rate of application and discharge time shall be provided by this design. in accordance with NFPA 2001. Operation and Maintenance Training. Services SRS forces shall be responsible for procurement of all FK-5-1-12 system components, material and installation. FK-5-1-12 systems shall be installed by SRS forces including the following: All D&R of the existing Halon systems. Fire Alarm Control Panel replacement or modifications. FK-5-1-12 system panel programming, test development and acceptance testing. FK-5-1-12 and fire alarm system installation. All demolition and removal (D&R) of the existing Halon systems shall be performed by SRS forces. Quality Assurance Program The Subcontractor shall have a Quality Assurance Program (QAP) based on a recognized National Consensus Standard ( e.g. ISO 9001, AS9100, etc.). The project will be performed to the Liquid Waste Contractor's quality requirements. Information Requested Provide documentation to indicate your firm/team�s technical capability to perform the work scope. Demonstrate your firm/team�s past experience. EOI Questions All questions and submissions should be directed via email to Heather Pisano at heather.pisano@srs.gov or via phone at 803-952-7103. The EOI is due by February 13, 2020. Procurement Reference Documents such as standard terms and condition, standard representations and certifications, subcontractor safety program guidance, and other forms are located at the Savannah River Site web address: http://www.srremediation.com/business.html.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5b89e31c26514d11af273d45f5dd38c8/view)
- Place of Performance
- Address: Aiken, SC 29808, USA
- Zip Code: 29808
- Country: USA
- Zip Code: 29808
- Record
- SN05553177-F 20200207/200205230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |