Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

J -- Fire Control System Replacement in NOC

Notice Date
4/17/2025 10:57:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ARC DIV PROC SVCS - FINCEN PARKERSBURG WV 26101 USA
 
ZIP Code
26101
 
Solicitation Number
20341225Q00024
 
Response Due
4/22/2025 11:00:00 AM
 
Archive Date
05/07/2025
 
Point of Contact
JRS, MH
 
E-Mail Address
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purposes of this amendment 2 for RFQ 20341225Q00024 are as follows: 1) Add the following to page 2 in the Statement of Work (SOW): � A response time of no more than 4 hours for Emergency repairs due to the emergency fire watch for the NOC and the building fire alarm system. A revised SOW is attached to this SAM.gov RFQ posting. 2) Re-open the solicitation to accept offers until Tuesday, April 22, 2025, at 2:00 pm EST. _________________________________________ The purpose of this amendment #1 for RFQ 20341225Q00024 is as follows: 1) Provide answers to the following questions that were posed by prospective vendors 2) To extend the offer due date from Tuesday, April 1, 2025 at 2:00 pm EST, to Friday, April 4, 2025, at 2:00 pm EST. Questions & Answers: 1. There is not a requirement for the Fire Alarm Plans to be designed, reviewed, and approved by a minimum NICET IV Fire Detection Engineering Technician prior to submission to FinCEN. Please confirm if a NICET IV will be added as a requirement to ensure code compliance. Answer: No 2. Additional information is required in order to design a complete replacement fire alarm system that is in accordance with the statement of objectives and all applicable codes, industry standards, and regulations. a) Please provide as-built drawings of the existing fire alarm system/building layout. Answer: Unavailable. The system is 20 years old. b) If you can, please provide device counts Answer: 2 Graphic Annunciator Panels, 35 Addressable smoke detectors, 5 Addressable relay modules 3. There is not a requirement for the Fire Alarm system cabling installation, termination, and testing to be overseen by an RCDD (Registered Communications Distribution Designer) prior to submission to the Contracting Officer. An RCDD ensures compliance with codes and industry standards and optimizes system performance of cabling and communications systems. a) Please confirm if an RCDD will be added as a requirement to ensure standards, compliance, and allow a detailed review by the ISO (Information Security Officer) prior to deployment and installation. Answer: No 4. In the Statement of Work under Preventative Maintenance, fire extinguisher inspections are requested. Please confirm if these are part of solicitation and if so, please provide the type of extinguishers required for inspection, the quantities per type, when inspections are to be completed, and an updated price/cost schedule with this line item included. Answer: The Fire Extinguishers will be dealt with at a later date. 5. Would the government consider updating the NAICS Code from 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance to 238210 Electrical Contractors and Other Wiring Installation Contractors? We believe that 238210 better aligns with the scope of services per census.gov for �Fire Alarm Install.� https://www.census.gov/naics/?input=23&chart=2022&details=238210 Answer: Will consider contractor proposed NAICS Code including 238210. 6. In the Statement of Work under Preventative Maintenance, Emergency Repairs are requested. Please clarify how this is to be priced. Typically for emergency repairs we provide our hourly rate, and the government assigns either a fixed number of hours, or a fixed NTE dollar amount. Answer: Provide fixed hourly rate, response time for emergency repairs. 7. Will the new Computer Room Panel be networked with the Base Building Panel? If so, how far is the existing panel? Answer: Yes, the main building panel is on the Ground Level in the Fire Control Room. 8. Is the Computer Room panel connected to a Pre Action System or a Clean Agent System? Answer: The system is a pre-action system 9. Does the Computer Room have a Vesda Detector? Answer: No 10. Does the new system have underfloor Smoke Detection? Answer: Yes, below the ceiling and under the floor. 11. Does the new system need Manual Pull-stations? Answer: The system has 2 abort buttons and 2 Power Off Buttons. No manual pull stations. 12. Is the Sprinkler System being monitored by this new Fire Alarm Panel? If so, how many Tamper and Flow switches, and other monitored equipment? Answer: Yes 13. Can work be done during the day or night? Answer: Day 14. Is existing System and branch circuits installed in Conduit? Answer: Yes 15. Is the existing Simplex Panel recessed in the wall or is it surface mounted? Answer: Both are surface mounted 16. What are the building Construction Requirements? a) Do the building requirements restrict noise during certain hours? Answer: Yes, Between 8:00 am and 5:00pm. 17. Are the Panels located in the Computer Rooms or a separate closet Answer: In the computer room 18. What are the sizes of the 3 Annunciators? Answer: Small is approximately 18�X18�X4� 2 larger are 36�X24�X6�. The panels showing the devise locations are 11�X9�X4� 19. What type of ceiling is in the computer rooms. Answer: Suspended ceiling with 2 Hour fire rated ceiling tiles. 20. What type of notification devices are in the computer room? How many? Answer: SIMPLEX 4100/4020 FIRE ALARM, Main Fire Alarm Panel, Fire Alarm Battery (Each), Digital Alarm Communicator Transmitter (DACT) Annuciator, Smoke Detector Conventional 21. What is the Model number of the Base Building Fire Alarm System? Answer: Unknown 22. Are Technicians required to be US Citizens? Answer: Yes 23. Is it possible to schedule a site walk? Who would coordinate this? Answer: No site visit planned at this time. 24. Who can be contacted at the facility to schedule a site visit? Answer: No site visit planned at this time. 25. Also, do you have drawing plans for the system that will be upgraded? Answer: No 26. Is this a brand-new contract? Answer: Yes, except for the conduit, wiring for the smoke heads will remain and new smoke heads replace existing. a) If not a brand-new contract, who was the incumbent performing these services? Answer: Johnson Controls b) If not a brand-new contract, could you please provide the current / previous contract number? Answer: No ________________________________________________________________________ Fiscal Service Procurement on behalf of the Financial Crimes Enforcement Network (FinCEN) has a Request for Quote (RFQ) for the purchase of Fire Control System Replacement in NOC in accordance with the attached Statement of Work (SOW). Period of Performance: Base Year: 04/16/2025 � 04/15/2026 Option Year 1: 04/16/2026 � 04/15/2027 Option Year 2: 04/16/2027 � 04/15/2028 Option Year 3: 04/16/2028 � 04/15/2029 REFER TO ATTACHMENT A for a list of products and pricing This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a SAM.Gov 100% Small Business set aside under NAICS 811310. Award will be made to the offeror with the lowest price technically acceptable quote. Technical acceptability will be determined by comparing quotations and technical criteria with the requirements of this solicitation in accordance with the SOW. An all-inclusive fixed price award (to include installation and delivery cost) will be made to the contractor whose quote represents the lowest price, technically acceptable offer. The Government intends to make one award from responses received. Submit your questions and quotes to Attn: 20341225Q00024 Fire Control System Replacement in NOC � JRS/MH to purchasing@fiscal.treasury.gov. Questions will be due no later than 03/26/25 @ 2:00 PM ET. Proposal will be due no later than 04/01/25 @ 2:00 PM ET. Delivery Location: 2070 Chain Bridge Rd, Suite G-99 Vienna, VA 22182
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c1be19749214c75a8cac10fa5225c6c/view)
 
Place of Performance
Address: Vienna, VA 22182, USA
Zip Code: 22182
Country: USA
 
Record
SN07412435-F 20250419/250417230044 (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.