Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2024 SAM #8391
SOLICITATION NOTICE

N -- USACE SPK DB Construction - DDJC Tracy Fire Alarm and Mass Notification Upgrade - Tracy, CA

Notice Date
11/15/2024 1:41:04 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825R0010
 
Response Due
11/30/2024 12:00:00 PM
 
Archive Date
12/15/2024
 
Point of Contact
Howard Gregory, Phone: 9165575217, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
howard.e.gregory@usace.army.mil, Melissa.a.denigris@usace.army.mil
(howard.e.gregory@usace.army.mil, Melissa.a.denigris@usace.army.mil)
 
Description
PRE-SOLICITATION NOTICE / SYNOPSIS Project Description: DDJC Tracy Mass Notification and Fire Alarm Integration � Two-Phase Design-Build Anticipated Posting Date: 4 December 2024 Pre-Solicitation Notice Number: W9123825R0010 SAM Posting Title: USACE SPK Two-Phase Design Build Construction - DDJC Tracy Mass Notification and Fire Alarm Integration � Defense Distribution Center Tracy (DDJC), Tracy, CA SAM Posting Description: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for Two-Phase design-build (DB) construction services to be performed in support of the - DDJC Tracy Mass Notification and Fire Alarm Integration project at the Defense Distribution Center Tracy (DDJC), Tracy, CA. The contractor will be required to provide all labor, material, equipment, and supervision to design, supply, and replace/combine the existing fire alarm controls (Gamewell), mass notification/voice evacuation (Federal Signal), and radio transceiver (King Fisher) into one panel for each building/warehouse. Contractor will also replace the existing central receiving system in the Central Dispatch (Building 235) to receive signal from the new panels, including a backup receiving system in Building 100. The Period of Performance is 450 days. The Government anticipates construction work to commence in the Summer of 2025 and continue through the Fall of 2026. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the magnitude of construction for the anticipated project is between $10,000,000 and $25,000,000. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $19,000,000 annual revenue. The Product and Service Code (PSC) is anticipated to be N063, Installation of Equipment � Alarm, Signal, and Security Detection Systems. The solicitation is anticipated to be issued as an unrestricted, full and open competition requirement through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about 4 December 2024 with Phase-One proposals tentatively due 9 January 2025. Please DO NOT request a copy of the solicitation, or specifications, as they are not currently available. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec49cea8c1094259a194144dfd6548df/view)
 
Place of Performance
Address: Tracy, CA, USA
Country: USA
 
Record
SN07266368-F 20241117/241115230102 (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.