Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2025 SAM #8549
SOURCES SOUGHT

Z -- Replace Fire Alarm System at FCI Edgefield

Notice Date
4/21/2025 11:53:19 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B30325PR000144
 
Response Due
5/3/2025 12:00:00 PM
 
Archive Date
06/30/2025
 
Point of Contact
Julie Bergami, Phone: 202-598-6019
 
E-Mail Address
jbergami@bop.gov
(jbergami@bop.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A PRE-SOLICITATION SYNOPSIS OF THE PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled �Replace Fire Alarm System� at the Federal Correctional Institution (FCI) located in Edgefield, South Carolina. Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Julie Bergami at jbergami@bop.gov. Responses must be received no later than May 3, 2025. Interested vendors must also add their names to the Interested Vendors List for this posting (must be logged-in to your vendor account). FCI Edgefield is a federal correctional institution located at 501 Gary Hill Road, Edgefield, SC 29824. The Contractor will remove the existing fire alarm system and install a new Edwards EST-4 Fire Alarm System or equal. The basis of the Edwards EST4 Fire Alarm System is high efficiency switch mode, increased power distribution efficiency � power supplies parallel up to 28 amps in a single node, universal 120 to 240 VAC operation, 7 AMP filtered and regulated, two 3.5 AMP outputs, temperature compensated, dual rated battery charger, electronic power limiting, automatic load testing of batteries, fully approved to UL/ULC standards and all specifications listed in the Statement of Work (attached controlled document). To consider an equal product, the Contractor will submit all technical specification of the equal product to be analyzed for approval. The Contractor shall submit shop drawing package for approval prior to commencing work. The demo and installation shall meet all federal, state, and local codes. All recommendations suggested by the manufacturer will be included in the installation. The Contractor will provide as-built drawings of the installation, clean-up work area, start-up/test, and commission the equipment upon completion of installation and train FBOP staff. Access to the attachments will require an active https://sam.gov vendor registration (login). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of this project is between $1,000,000 and $5,000,000. (NOTE: This range is one of eight available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a corresponding small business size standard of $19 million. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Julie Bergami at jbergami@bop.gov. Responses must be received no later than May 3, 2025. Interested contractors are also requested to respond to this notice by adding their business names to the Interested Vendors List for this posting in https://sam.gov (must be logged in to your vendor account). Please add your business name only if you are interested in submitting a bid as a Prime contractor and are capable and eligible to compete for and perform this project. This notice is intended only for those who would be entering into a Prime contract with the FBOP for the entirety of the project. The FBOP does not award subcontracts. Subcontracts (if applicable/necessary) are the responsibility of the Prime contractor. The FBOP has no privity of contract with subcontractors. The pre-solicitation synopsis (to be posted at a later date) will include further instructions for responding to this opportunity. Interested bidders are advised to continuously monitor https://sam.gov for all future updates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9a46e5a65e348318cb1d291df7b47a8/view)
 
Place of Performance
Address: Edgefield, SC 29824, USA
Zip Code: 29824
Country: USA
 
Record
SN07416214-F 20250423/250421230050 (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.