Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2006 FBO #1676
SOLICITATION NOTICE

Z -- Replace Sprinkler System and Fire Alarm System Building 87, Defense Distribution Center Susquehanna (DDSP), New Cumberland, PA

Notice Date
6/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-R-0026
 
Response Due
8/14/2006
 
Archive Date
10/1/2006
 
Description
Contractor shall provide all labor, transportation, materials, equipment, supplies and supervision to Replace Sprinkler System and Fire Alarm System in Building 87, Defense Distribution Depot Susquehanna (DDSP), New Cumberland PA The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the conditions attending the work will not be sufficient reason for any increase in contract price This work includes designing and replacing the Fire Sprinkler System and Fire Alarm System as described herein and on the contract drawings for Building 87. 1. Demolition and removal of existing foam fire sprinkler system. 2. Demolition and removal of existing Fire Alarm System. 3. Replacement of existing foam fire sprinkler system with a wet pipe sprinkler system for the heated bay areas to include in-rack sprinklers. 4. Replacement of the existing dry pipe sprinkler system with a new dry pipe system for the unheated area. 5. Replacement of existing hose piping and fire department connection. 6. Repair and replacement of existing fire proofing material. 7. Demolition and removal of the existing fire alarm system. 8. Replacement and upgrade of fire alarm system. 9. Provide new conduit for all new conductors, unless otherwise noted. 10. Provide new notification appliances, conduit, and wiring as required to meet NFPA 72 and ADA guidelines. 11. The system shall include wiring, raceways, pull boxes, terminal cabinets, outlet and mounting boxes, control equipment, alarm, and supervisory signal initiating devices, alarm notification appliances, and other accessories and miscellaneous items required for a complete operating system even though each item is not specifically mentioned or described. Provide systems complete and ready for operation. Equipment, materials, installation, workmanship, inspection, and testing shall be in strict accordance with the required and advisory provisions of NFPA 72, and NFPA 70, and NFPA 90A except as modified herein. Each remote fire alarm control unit shall be powered from a wiring riser specifically for that use or from a local emergency power panel located on the same floor as the remote fire alarm control unit. Where remote fire control units are provided, equipment for notification appliances may be located in the remote fire alarm control units. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 300 calendar days after receipt of Notice to Proceed. This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program. The NAICS Code for this procurement is 238220. The small business size standard is $13,000,000. The magnitude of this construction effort is between $1,000,000 and $5,000,000. The tentative timeframe for issuance of Request for Proposal (RFP) SP3100-06-R-0026 for the above stated requirement is the week of July 18, 2006. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the proposal due date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.eps.gov. Hard copies of the solicitation SP3100-06-R-0026 will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible concerns may submit a proposal which shall be considered by this agency. The Government intends to award one contract as a result of this proposal. Award will be made using the lowest priced technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. The solicitation will detail the evaluation factors for award. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Place of Performance
Address: Defense Distribution Depot Susquehanna (DDSP), New Cumberland PA
Zip Code: 17070
Country: USA
 
Record
SN01078090-W 20060629/060627220133 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.