Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2020 SAM #6687
SOURCES SOUGHT

Z -- James L. King Federal Justice Building - Replacement of Building Fire Alarm System

Notice Date
3/19/2020 5:55:24 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R4 ACQUISITION MGMT DIVISION ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
SS-EQ4PPF-20-0013
 
Response Due
4/18/2020 11:00:00 AM
 
Archive Date
06/18/2020
 
Point of Contact
Elizabeth Moten, Phone: (813) 215-8501
 
E-Mail Address
elizabeth.moten@gsa.gov
(elizabeth.moten@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Replacement of Building Fire Alarm System James L. King Federal Justice Building, 99 N.E. Fourth Street, Miami, FL 33132 General Services Administration, Region 04 Project Number:��SS-EQ4PPF-20-0013 The South East Sunbelt Region of the U.S. General Services Administration (GSA) is conducting a market survey to determine if there is adequate interest among qualified Small Businesses to compete the award of a design-build project to replace the fire alarm system at the James L. King Federal Justice Building in Miami, FL.��Small Business concerns with current relevant qualifications, experience, personnel, and capability to perform the work described herein are encouraged to respond to this Sources Sought announcement.�� GSA is seeking small business firms with the following types of qualifications and experience: Successful design and installation of automatic evacuation type fire alarm systems in occupied high rise buildings Capability to perform phased demolition and construction in occupied high rise buildings Strong design-build capabilities with local presence Good customer service and responsiveness to owner Experience with Government contracting is desirable If adequate competition exists, GSA may set the procurement aside for competition among qualified Small Businesses.��All qualified Small Businesses, including HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, or Service Disabled Veteran-Owned contractors, should respond to this office in writing by e�mail on or before the Response Date listed below.��The Government is not obligated to and will not pay for any information received from potential sources as a result of this market research. THIS IS A SOURCES SOUGHT NOTICE ONLY.��This is not a solicitation or a request for proposal and no contract will be awarded from this notice.��No solicitation or specifications are available at this time.��Responses shall be used for planning purposes only.��It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded.��The anticipated award will be a firm fixed price contract for Design-Build/Construction Services.� BACKGROUND:��The James L. King Federal Justice Building is a high rise office building located in downtown Miami, FL.��It was constructed in 1993 and consists of a twelve-story 12-story, masonry and glass office building with 6 passenger elevators and 1 private elevator. There are no floors below grade. Courts have 6 District Courtrooms and 2 Court of Appeals Courtrooms in the Building. The building�s gross square footage is 315,716 GSF. PROJECT GOAL:��The goal of this project is to increase the level of life safety provided in this building by replacing the existing fire alarm system.��The new fire alarm system is to be an automatic type fire alarm system that meets the current requirements of the applicable codes and standards. PROJECT SCOPE:��The project includes but is not limited to the following work:��Provide Design-Build services for complete replacement of the existing fire alarm system throughout the building.��Work will include the complete removal of the existing fire alarm system including wire and all related devices and components, and the design and installation of a new fire alarm system which will serve the entire building.� The new automatic fire alarm system will meet the requirements of the 2018 Edition of PBS-P100, 2019 Edition Of NFPA 72 and the 2018 Edition of NFPA 101, Life Safety Code. To include any modifications to the building required for the installation and all incidental and related work for a complete and functional fire alarm system. A new �Gamewell FCI� By Honeywell (E3) Complete Main Fire Alarm Control Panel (FACP) with Voice Evac was recently installed (08/2019), including main panel with touch screen color display and graphic annunciator, microphone, amplifiers, Intelligent Loop Interface-Main Board, Intelligent Loop Interface-Expansion Board, DACT, all cards, monitor modules, and control modules, all located within the Fire Command Room. A new Remote Annunciator Panel was also installed in the U.S. Marshals Control Room. Therefore, the remainder of the entire building wide fire alarm system on all floors will be removed and replaced including but not limited to all initiating devices, notification devices, wiring, tamper switches, flow switches, monitor modules, control modules, door release devices, Firefighter�s phones, and any remaining conduit not conducive for reuse. All elevator shaft smoke detectors and various spot smoke detectors located throughout the building will be removed and not replaced. An additional remote annunciator will be installed in the O&M office. New Firefighter�s telephone handsets and cabinet to be installed in Fire Command Room. The contractor will be responsible for a complete design for the project, including calculations, specifications, and drawings needed to perform the required modifications to the fire alarm and emergency communications system.��The contractor will be responsible for the installation of all work and shall provide all material, equipment, accessories, commissioning and testing in compliance with the design documents.�� PROJECT CONDITIONS:��The building will remain occupied throughout the project. PROJECT SCHEDULE:��It is anticipated that the design and construction will be completed within 400 calendar days after Notice to Proceed.� Notice to Proceed for Design and Construction will be issued by GSA within 14 calendar day of contract award.� Total contract duration for this project is 400 calendar days.� This includes all design and construction activities including submittal review and approval, lead time for material delivery and ordering, etc. WHO SHOULD RESPOND:��All qualified and certified Small Business, HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, Service Disabled Veteran-Owned (SDV), and other certified small businesses are encouraged to respond.��Large Business submittals will not be considered at this time.��The Government will not pay for any information solicited.��Respondents will not be notified of the results of the sources sought evaluation.��One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a 100% Small Business Set-Aside is the acceptable strategy for the procurement.��The Government anticipates a contract award for these services in May 2020.��The appropriate NAICS Code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $36.5 million dollars.��Estimated magnitude of construction, per FAR 36.204 - Disclosure of the Magnitude of Construction Projects, is between $1,000,000 and $5,000,000. HOW TO RESPOND:��Interested small businesses are required to fill out the attached Sources Sought Questionnaire and Attachment A and submit them to the GSA Contract Specialist and Contracting Officer below.��Interested small businesses may also submit a brief Statement of Capabilities package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the requested services.��Commercial brochures or current marketing material may also be submitted with the capabilities package.��Submission of a�Statement of Capabilities�package is not a prerequisite to any potential future offerings, but the additional information will assist the GSA in tailoring its requirements to be consistent with industry standards.��The total size of the submission (Questionnaire, Attachments, Statement of Capabilities, brochures and marketing material) should not exceed 25MB. Submit your Sources Sought Questionnaire, Attachment A, and Statement of Capabilities package electronically to Elizabeth Moten, GSA Contract Specialist, and Lori Fischer, GSA Contracting Officer via e-mail to:��elizabeth.moten@gsa.gov�and�lori.fischer@gsa.gov�with the subject line:��James L. King Federal Justice Building Fire Alarm�- Sources Sought Response. RESPONSE DATE:��RESPONSES ARE DUE NLT April 18, 2020,�2:00 PM EST.��LATE RESPONSES WILL NOT BE INCLUDED IN THE SURVEY. QUESTIONS OR COMMENTS:��Questions or comments regarding this notice should be addressed to Elizabeth Moten, GSA Contract Specialist, either by e-mail at�elizabeth.moten@gsa.gov�or phone at (813) 215-8501, with a copy to Lori Fischer, GSA Contracting Officer, at�lori.fischer@gsa.gov. NOTE:��Please be advised that the solicitation will not be advertised under this notice number.��Contractors should monitor the Contract Opportunities website betaSAM (beta.sam.gov) for the solicitation synopsis. NAICS Code:�236220 - Electrical Contractors and Other Wiring Installation Contractors
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87feaa3ef59e4d238bb3d24f3d92c502/view)
 
Place of Performance
Address: Miami, FL 33132, USA
Zip Code: 33132
Country: USA
 
Record
SN05595186-F 20200321/200319230148 (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 |
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.