MODIFICATION
63 -- Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building (JMMB), Library of Congress in Washington, DC.
- Notice Date
- 5/8/2023 7:46:18 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- AOCACB23R0032
- Response Due
- 6/20/2023 2:00:00 PM
- Archive Date
- 07/05/2023
- Point of Contact
- Jeffrey Kuhl
- E-Mail Address
-
Jeff.Kuhl@aoc.gov
(Jeff.Kuhl@aoc.gov)
- Description
- THIS PROCUREMENT IS BEING SOLICITED UNRESTRICTED, FULL AND OPEN COMPETITION. Solicitation No. AOCACB23R0032 Project Name: Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building (JMMB), Library of Congress in Washington, DC. Project Magnitude: Consistent with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated construction cost is estimated between $18,000,000 and $26,000.000 (Phase 1 � Base; Phase 2 � Option 01). Project Overview: The Architect of the Capitol (AOC), Washington, DC, hereby notifies all interested offerors of its intent to issue a solicitation (Request for Proposal) for construction. Specifically, the AOC seeks the services of a highly qualified contractor under a Firm-Fixed-Price contract to furnish all the supervision, labor, material, and equipment (except as otherwise noted in the RFP) required to perform the work for the Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building (JMMB), Library of Congress in Washington, DC. The NAICS code for this procurement is 236220. The project is scheduled to be issued on or about April 21, 2023. Award is anticipated in the Fall of 2023 and is expected to take 48 months to complete. The project consists of a Base (Phase I) and one (1) Option (Phase 2), of which funding is currently available. The project consists of a design for a new Voice Evacuation System, new addressable detection devices to replace existing conventional detection devices, new monitoring panels and code compliant wiring to provide a complete networked fire alarm system for the entire building. In addition, existing devices, including pull stations, will be brought into compliance with applicable codes. Phase 1 (Base) shall include all infrastructure, network components, user interfaces and associated programming for the entire building. Phase 1 shall also include the replacement of all floor devices and appliances on Sub-Basement, Basement, Ground, First and Second Floors as indicated on the drawings. The end of Phase 1 shall provide a completely operational fire alarm and emergency voice notification system through the noted floors via the notifier system with required connections to the existing autocall system to support the remaining floor. Autocall components on the Sub-Basement through Second Floors shall be demolished to the extent possible while maintaining the remaining floors operations. Phase 2 (Option 01) shall include the replacement of all floor devices and appliances on the Third, Fourth, Fifth, Sixth and Seventh Floors as indicated on the drawings. The end of Phase 2 shall have the entire building served by the notifier system. All remaining autocall components shall be demolished. Offerors are advised that the AOC is a legislative branch entity and as such is NOT subject to the Federal Acquisition Regulations (FAR). However, this procurement will be solicited using a Request for Proposal (RFP) consistent with FAR Part 15, which will result in the Best Value to the Government. Offerors shall address any/all questions in writing to Mr. Jeffrey Kuhl, Contracting Officer, via email at Jeff.Kuhl@aoc.gov. TELEPHONE INQUIRIES WILL NOT BE ACKNOWLEDGED OR ACCEPTED. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO MONITOR THE SAM.GOV WEBSITE FOR ALL CHANGES TO THE SOLICITATION OR FOR INFORMATION RELEASED BY THE AOC.� Please do not contact any other AOC personnel regarding this notification as they are not authorized to provide any information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1f8f0eeb0aa4ddebfe15afe652d91f2/view)
- Place of Performance
- Address: Washington, DC 20515, USA
- Zip Code: 20515
- Country: USA
- Zip Code: 20515
- Record
- SN06674550-F 20230510/230509121203 (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 |