Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2020 SAM #6888
SPECIAL NOTICE

H -- INTENT TO SOLE SOURCE - Preventative Maintenance of the Fire Alarm Control System for Main Treasury and Annex Treasury Building

Notice Date
10/6/2020 3:49:33 PM
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NATIONAL OFFICE - DO OTPS/TOPS NEW CARROLLTON MD 20706 USA
 
ZIP Code
20706
 
Solicitation Number
2032H321N00005
 
Response Due
10/13/2020 9:00:00 AM
 
Archive Date
10/28/2020
 
Point of Contact
Angela C. Ortiz, Roger Arellano Mosquera
 
E-Mail Address
angela.c.ortiz@irs.gov, Roger.arellanomosquera@irs.gov
(angela.c.ortiz@irs.gov, Roger.arellanomosquera@irs.gov)
 
Description
SPECIAL NOTICE TO SOLE SOURCE: Agency: Internal Revenue Service (IRS) POC: Angela C. Ortiz | email:� angela.c.ortiz@irs.gov For: Preventative Maintenance of the Fire Alarm Control System for Main Treasury and Annex Treasury Building The Office of Business Solutions Acquisition (OBSA); Treasury Operations Branch, intends to negotiate a sole-source acquisition with Garden & Associates T.L. for Preventative Maintenance of the Fire Alarm Control System for Main Treasury and Annex Treasury Building with the approximate start date of October 29, 2020. The Department of the Treasury currently receives maintenance services for the existing Fire Prevention System utilizing the proprietary software system of Life Safety Services (LSS). Garden & Associates, Inc., T. L. is the only source to provide maintenance, inspection, and testing on its proprietary systems.� There are no other vendors capable or approved to maintain its software. This service provides Preventative Maintenance performed by LSS certified technicians and Service Call service for the Fire Alarm System to include: 1. Annual Fire Alarm Inspection to be performed. Inspect and Test All Fire Alarm Control Equipment a) Inspect 100% of Field Devices and b) Test 100% of Field Devices. 2. The regularly scheduled maintenance will be established during normal hours. 3. Response time to emergency calls will be within twenty-four (24) hours or less from receipt. 4. Provide evening, weekend and holiday emergency service, if requested. Equipment list serviced/ tested in this contract include the following: 1. Control Panel(s) 2. Annunciator(s) 3. Photoelectric/Ionization Smoke Detectors (Regular and Duct Mounted) 4. Heat Detectors 5. Manual Pull Stations 6. Control Modules and Relays (AHU, Power Relay, etc.) 7. Monitor Modules (Tamper, Flow, etc.) 8. Notification Appliances (Speaker/Horn/Strobe/Bell) A 12-month base period and four (4), 12-month option periods are contemplated for this acquisition. These services are currently in place under Purchase Orders TDO-16-F-008. No solicitation package will be issued. This special notice of intent to sole source is not a request for competitive quotations; however, the Government will consider responses received no later than 12:00 PM, EST on October 13, 2020. Responses shall be submitted to Angela C. Ortiz at angela.c.ortiz@irs.gov. Responses shall include, at a minimum, the following information: 1. The name of your company; 2. Company DUNS No and CAGE Code; 3. Point of Contact, and secondary contact, information; 4. The specific product(s) that your company offers that fulfills the same function as the items to be included on this order or evidence that your company is capable of providing the specific items mentioned above; and, 5. A description of that product(s) and its overall capabilities. It is your responsibility to demonstrate how your product(s) is capable of providing the same functionality that exists with the products mentioned above. The Government will not seek additional information from your company if you fail to provide sufficient evidence of having a product capable of meeting the Government's needs. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government's Contracting Officer. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/323e00d230f545d1bb0a03a38bd0bfca/view)
 
Place of Performance
Address: Washington, DC 20220, USA
Zip Code: 20220
Country: USA
 
Record
SN05819447-F 20201008/201006230137 (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.