Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13, 2001 PSA #2913
SOLICITATIONS

N -- REPLACEMENT OF EXISTING FIRE ALARM SYSTEM IN TWO BUILDINGS

Notice Date
August 9, 2001
Contracting Office
ESC/PKOP, Services Branch, Operational Contracting Division, 104 Barksdale St., Hanscom AFB, MA 01731-1806
ZIP Code
01731-1806
Solicitation Number
F19650-01-Q-0036
Response Due
August 31, 2001
Point of Contact
Dennis M. Fuentes, Contracts Specialist @ 781-377-2112, Glen Hatton, Contracting Officer, 781-377-1352
E-Mail Address
Click Here to E-mail the POC (Dennis.Fuentes@hanscom.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format described in FAR 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 solicitation is being issued as a Request for Proposal (RFP), F19650-01-Q-0036. This document and incorporated provisions and clauses are those in effect through FAC 97-21 dated December 20, 2000. This acquisition is 100% set-aside for small business. The Standard Industrial Code (SIC) is 1731 and the small business size standard is $11.5 million. The procurement is for insulation of a new conventional (analog) fire alarm system in two adjacent buildings on Hanscom AFB as follows: Statement of Work Building 1105B and 1102F: 1. SCOPE: The work covered in this statement of work consists of furnishing all labor, materials, tools, equipment and transportation necessary to perform all operations in connection with the replacement of the ESA 2000 fire alarm panel and all its associated devices that cannot be used in association with the installation of the new conventional (analog) fire alarm system. 2. LOCATION: Building 1105B and 1102F Hanscom AFB, Bedford MA. 01730. 3. PRINCIPLE FEATURES: The work to be performed consists of the following principle features and must meet all Local, State and Federal codes. The following must be incorporated by Local Jurisdiction and N.F.P.A. 72. must be referenced: (a) All pull stations must be double acting, no glass panel, glass rods; wrench reset or mercury switch type devices shall be used. Resetting means shall be through a key, which matches the Fire Alarm Panel. (b) Individual gas detectors (two in 1105B and five in 1102F) will be on their own zone. (c) Panel must have volt and amp meters to indicate condition of batteries. (d) Remote annunciator must have visual and audible trouble indication capabilities and also must be able to be silenced. (e) Where practical, heat detectors shall be on separate zones from smoke detectors. (f) All devices shall be clearly identified using Times New Roman lettering as to what zone they are associated with. (g) All areas above and below suspended ceilings and suspended floors shall fire detection devices. (h) All detectors above ceilings shall have remote indicators marking their location. (i) The fire alarm system shall be made compliant with the most recent interpretation of the American Disabilities Act. The following must be included by Local Jurisdiction and N.F.P.A. 72c 1-2, N.F.P.A. must be referenced: (a) Panel must have 60- hour battery back up. The following must be included by Local Jurisdictions and UL Listing: (a) All HVAC shutdowns will be done from master control via HVAC shutdown card or by a supervised relay board module. In addition, it must have the capability to be zoned out to prevent short cycling of mechanical equipment while fire alarm system is being tested. (b) Batteries in the remote battery box must be fused on the positive and negative terminals; also, the same application applies to the fire alarm control panel. (c) All panels must conform to the National Fire Codes, National Electric Codes and Hanscom A.F.B. Directives. The following must be incorporated per Local Jurisdiction: (a) All duct smoke detectors must be able to reset from the master control panel with a safety Electrical reset. (b) Above ceiling detectors (rate of rise) are to be wired on their own zone and interconnected to below ceiling LED indicator devices. (c) The boiler room and utility room shall have 200 degree F. fixed temp. Detectors wired on their own zone. (d) All rooms that are sprinkled need only above ceiling heat detection. (e) All smoke detectors shall be photoelectric type UL listed and are to be installed in corridors only. (f) HVAC duct detectors must be ionization type unless specified by Hanscom A.F.B. Fire Department Technical Services Division. (g) All duct smoke detectors shall be on separate zones. (h) Secure area will be on its own zone. (i) Flows and tamper switches will be zoned for each floor. (j) CEFT shall be provided cut sheets for all equipment before installation. CEFT shall also be provided a proposed riser diagram indicating all devices and zones to which they are going to be connected. 4. SUPERVISOR: The contractor shall have a supervisor on site at all times during installation. 5. NORMAL WORKING HOURS: Monday through Friday, 0730-1630 (excluding weekends and holidays). Any changes to these hours shall be coordinated through the contracting office, 72 hours in advance. 6. NOTICE TO PROCEED: After the contract award the contracting officer will give the contractor permission to start work (Notice to Proceed). 7. PERIOD OF PERFORMANCE: 180 calendar from the date of contract award with the exception of long lead items which shall be verified in writing from the supplier to the contracting officer. 8. NOTIFICATION OF COMMENCEMENT: The contractor shall notify Mr. Walter Stanwyck, 781-377-4800, at least 48 hours prior to start of construction. 9. CLEAN UP: Contractor shall be responsible for daily cleanup of the work site, as often as necessary to maintain a clean and safe work environment. 10. SAFETY: The contractor shall be responsible for maintaining a work site compliant with the Occupational Health and Safety Administration (OSHA) Regulations. The contractor shall be responsible for the safe conduct of all craftspeople, laborers and subcontractors. 11. PRODUCTS AND MATERIAL: The contractor shall follow written manufacturers instructions and procedures for all products and equipment specified in this statement of work. The contractor may submit through the contracting officer a product of equipment equal or better than that specified. The contracting officer reserves the right to disapprove a product submitted as ""equal or better" based on quality, composition and application comparison. All products and equipment shall comply with the Governments "Buy American Act" provisions. The contractor may request a copy of the "Buy American Act" from the contracting officer. 0001: DEMOLITION: The contractor shall remove and dispose of the old alarm panel and its' devices. 0002: NEW WORK: All wiring and devices shall be clearly identified as to what zone they are associated with. The following provisions and clauses apply to this procurement: FAR 52.212-5 Contract Terms and Conditions required To Implement Statutes or Executive Orders..Commercial Items (May 2001), 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer-CCR, 52.222-41, Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.212-2 Evaluation-Commercial Items. Evaluation will be made on (i) Past Performance (ii) Price (iii) Best Value. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000), 252.225-7001 Buy American Act. Interested parties may request building drawings and/or a site visit by calling Dennis M. Fuentes @ 781-377-2113. All offers are due no later than 31 August 2001. Offers may be e-mailed to http://Dennis.Fuentes@hanscom.af.mil or faxed to 781-377-4324. See NOTE (1).
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20010813/NSOL002.HTM (D-221 SN50U4M6)

N - Installation of Equipment Index  |  Issue Index |
Created on August 10, 2001 by Loren Data Corp. -- info@ld.com