Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

Z -- Fire Protection Upgrades - Mass Notification

Notice Date
5/26/2020 1:16:43 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
YUMA PROJECTS OFFICE YUMA AZ 85364 USA
 
ZIP Code
85364
 
Solicitation Number
140R3020B0005
 
Response Due
12/6/2019 12:00:00 AM
 
Archive Date
12/21/2019
 
Point of Contact
Toledo, Virginia
 
E-Mail Address
vtoledo@usbr.gov
(vtoledo@usbr.gov)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE Construction � Fire Alarm Upgrades for the Yuma Area Office (formerly synopsized by a Sources Sought notice under Solicitation number 140R3020R0008) New Solicitation Number: 140R3020B0005 This is a Pre-Solicitation Notice with the intent of synopsizing a proposed contract action prior to issuance of the solicitation. Specific instructions on submitting your bid will be contained in the solicitation documents to be issued on or about June 20, 2020, posted to the https://beta.sam.gov/Contract Opportunities (FBO) and the FedConnect website https://www.fedconnect.net/. No documents will be available until the solicitation is issued. All parties are responsible for checking the https://beta.sam.gov website for the most current information. All dates in this announcement are estimates and are subject to change. The solicitation, once issued, will contain instructions for submitting questions. No questions regarding this acquisition will be accepted or addressed/answered prior to the formal solicitation issuance. The U.S. Department of the Interior (DOI), Bureau of Reclamation (Reclamation) intends to issue a solicitation for a construction project for upgrade of the fire alarms systems at the Yuma Area Office, located at 7301 Calle Agua Salada, Yuma, AZ. Project Description: Work is located in Yuma, AZ, in Yuma County, AZ. Work consists of: 1. Removing and disposing of existing fire alarm systems, and wide area mass notification system. 2. Installing new addressable fire alarm control systems, mass notification systems, and wide area mass notification system. 3. Removing and disposing of existing Halon 1301 fire suppression systems. 4. Installing new clean agent systems, including room integrity upgrades. 5. Modifying existing sprinkler systems: a. Installing supervised valves and flow switches in the Warehouse and Maintenance Shop buildings. b. Installing insulation for exterior piping in the Warehouse and Maintenance Shop buildings. 6. Patching and painting of walls and ceilings. 7. Remove all fire dampers from corridors, and firewall between business and industrial areas. Reinstall air vent grills and recycle dampers. 8. Demolish 120 vac cable and conduit raceway located between damper and existing fire alarm control units. 9. Replace existing second floor, sub-floor dampers with actuated Fire/Smoke dampers. New actuated Fire/Smoke dampers shall be compatible with and controlled by the new fire alarm control system. The project period of performance is anticipated to begin on or about September 15, 2020, with an anticipated completion date of November 8, 2021. In accordance with FAR 36.204 the estimated price range for this construction project is between $1M - $5M. SITE-VISIT: A pre-proposal site visit will be scheduled for all interested parties; information (e.g. date, time, location) will be provided in the solicitation. SET-ASIDE: This solicitation is set-aside 100% for small business concerns. The construction to be procured is classified in the North American Industry Classification System code 238220, Plumbing, Heating, and Air Conditioning Contractors with a size standard of $16.5M. BID OPENING: There will be a formal public bid opening. This requirement will be solicited and awarded using the method outlined in FAR Part 14 � Sealed Bidding. The resulting contract will be a firm fixed price construction contract. Bid Bond, Payment and Performance Bonds are required. NOTE: The Solicitation will be issued electronically, as will any amendments thereto, in accordance with FAR Subpart 4.5 and 5.102(a)(1); therefore, hard copies will not be provided. There will not be any printed or hard copies of the Solicitation mailed. Additionally, most public libraries have resources available to electronically access and download the Solicitation. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders list. It is therefore, the responsibility of all interested parties to periodically access https://beta.sam.gov internet address in order to obtain any amendments which may be issued and to ensure that they have the most current information. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of bids may render your bid nonresponsive and result in rejection of the same. REGISTRATIONS: Offerors are required to have a current registration on the System for Award Management (SAM) to be eligible for contract award. All Offerors are required to have an active registration at time of bid submission. POINT OF CONTACT: Virginia Toledo, Contracting Specialist email address is vtoledo@usbr.gov. All contractual technical questions must be submitted in writing via e-mail to: vtoledo@usbr.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47354ed635e64d34916829585cb296ec/view)
 
Record
SN05670217-F 20200528/200526230146 (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.