Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

12 -- Fire Suppression System

Notice Date
7/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
922160 — Fire Protection
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361
 
ZIP Code
08361
 
Solicitation Number
RFQ-20403-0020-06
 
Response Due
8/3/2006
 
Archive Date
2/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ20403-0020-06. The North American Industrial Classification System Code (NAICS) is 922160. The small business size standard is $12.0 million. This acquisition is a 100% Small Business Set Aside. The Government intends to make a single award to the responsive/responsible quoter who submits the lowest-priced technically acceptable offer. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK The Federal Bureau of Prisons (FBOP), Federal Correctional Institution (FCI) located at 655 Fairton-Millville Road, Fairton, New Jersey, 08320 is requesting quotations for the replacement of the fire suppression system in the FCI Control Center. The work is to be done by outside contractors, which involves removal of the existing fire suppression system with replacement with a FM- 200 system. The services will be performed at the Federal Correctional Institution (FCI) Fairton, New Jersey. 1.0 GENERAL All work will be performed at the Fairton Federal Correction Institution, which is located 4 miles east of Fairton, New Jersey, on Highway 698. The work will involve the replacement of the fire suppression system in the FCI Control Center. The work is to be done by outside contractors, which involves removal of the existing fire suppression system with replacement with a FM- 200 system. 1.1 EXISTING CONDITIONS The existing fire suppression system which contains Class 1 Ozone Depleting Substance was expended in January 2006 and is currently inoperable . 1.2 SUMMARY A. Work is to include labor, equipment and materials for the installation of a Fire suppression system. B. The performance period for this contract is one hundred-twenty (120) calendar days. C. All work shall meet or exceed the following: 1. National Fire Protection Code. 2. State Codes. 3. EPA standards. 1.3 SUBMITTALS A. Submittals shall be made in accordance with these specifications and prior to the ordering of any materials. Submit three copies to FCI Fairton. FCI Fairton will then forward these to the Northeast Regional Office for approval. There is a requirement of three (3) weeks for turnaround. Three (3) sets of submittals will be required, two (2) sets will be retained by owner, one (1) set returned to contractor. If contractor needs more sets he may submit up to five (5) sets for approval. B. Submit certification of installations. 1.4 SYSTEMS DESCRIPTION A. General: Install a new FM 200 Fire Suppression System that contains chemicals that are not Ozone-depleting, this is to include new wiring, alarms, piping and nozzle heads from the electronic room to the Control Center as shown on attached plan and in accordance with NFPA, NEC, and EPA guidelines. 1.5 INSTALLATION A. Fire Suppression System: 1. General: Contractor shall remove and dispose of entire old halon system and install a new FM 200 (Hepta flouropropane) fire suppression system as shown on drawings and/or as per manufacturer?s specification, system shall also be installed according to NFPA, EPA, and NEC guideline. . A. WIRING a.) All wiring shall meet current NEC. Contractor shall install new control panel, initiating devices, and notification devices. All wiring to be installed in EMT and metallic flexible conduit. B. CONTROL PANEL INSTALLATION a.) Contractor shall supply and install a microprocessor-based suppression releasing control panel with emergency battery backup, capable of powering the system for 24 hrs continuous operation and 5 minutes of alarm duty should primary AC power fall. The control panel shall provide the means for a 30-second time delay which will provide time for any staff to abort the discharge sequence if necessary. The panel shall also be provided with two(2) Form-C relay contacts for equipment shut down and auxiliary system tie-ins. C. DETECTORS a.) Contractor shall supply and install a combination of early warning photoelectric and ionization smoke detectors arranged in a cross- zone layout. Detectors shall be installed in the ceiling and shall be spaced on no more than 250 sq ft centers. D. AUDIO VISUAL DEVICES a.) Contractor shall supply and install audio visual devices to alert personnel of an impending discharge, spaced so as to be heard throughout the area. E. MANUAL PULL STATION a.) Contractor shall supply and install a manual pull station and an abort switch by means of egress from the protected space. F. NOZZLE INSTALLATION a.) All piping and nozzle head installation shall meet current NFPA guidelines. All piping shall be run from extinguisher cylinder in electronic room to the Control Center. F. EXTINGUISHER CYLINDER INSTALLATION a.) Cylinder shall be installed in the electronic room adjacent to the Control Center. The tank shall contain a non-ozone depleting substance (Heptaflouropropane) to meet EPA guidelines, and shall installed according to current NFPA and EPA guidelines. 2. Installation: Manufacturer?s factory trained and certified installer shall provide supervision for installation of the fire suppression system. 3. System Alignment: Manufacturer?s factory trained and certified installer shall install and make all adjustments to the fire suppression system to optimize performance. 4. System Acceptance Test: A complete turnover inspection and system test will be performed and the system will be certified to meet NFPA guidelines upon completion of installation, by the Contractor in the presence of the Contracting Officer, Facility and Correctional Staff. 3. System Alignment: Manufacturer?s representative shall perform equipment alignment and shall set thresholds as required to optimize performance. 1.6 UTILITIES A) Contractor is responsible for all debris and trash. . B) Rest rooms will be available in the entrance building. C) Electrical power is available from existing buildings. D) Staging area for material and supplies will be designated by Facilities. 1.7 TOOLS A) A tool inventory will be required everyday, of any tools going into the secure perimeter. B) Tools will be checked in and out everyday. 1.8 WORK HOURS A) Work hours are seven-thirty (7:30) A.M. to three (3:00) P.M. B) Work days are Monday thru Friday except Holidays. 1.9 EQUIPMENT MANUFACTURER?S SUPPORT/TRAINING A) Each equipment manufacturer shall have test facilities available which can demonstrate that the proposed system meets contract requirements. B) Manufacturer?s trained and certified field representative shall perform the following functions: 1. Installation and final adjustment of the system. 2. Assist in initial programming of the system. 3. Witness final systems test and certify with a sworn affidavit that the system is installed in accordance with the contract documents, NFPA guidelines, and is operating properly. 4. Train facility Electronic/Communication Technicians in operation, on site the programming and routine maintenance of the system (minimum of 16 hours). 5. Train designated Institution personnel (Control Center staff) in the operational procedures of the system. C. Service Availability: 1. A fully equipped service organization capable of guaranteeing response time within eight (8) hours. Calls shall be available eight (8) hours a day, five (5) days a week to service the complete system. D. Warranties: 1. Standard manufacturer?s warranty and time periods will be required. 2.0 DOCUMENTATION General: Documentation shall be furnished by the manufacturer in printed form. The documentation shall provide as a minimum the following: 1. Comprehensive user?s guide shall contain sufficient information to enable the use of the system, according to specifications, by unknowledgeable persons. 2. An operators manual and installation guide shall contain sufficient information to enable the operation and repair of the system with minimal consultation with the manufacturer. In addition, the installation guide shall explain technical details of the entire system installation. Any customization of the system shall be performed by a trained and certified contractor 3. Record (As-Builts) system drawings shall include system functional diagrams, system wiring drawings and operation and maintenance manuals. This documentation shall be such as to provide for a trained technician to operate and maintain the system to a module level. Drawings noting wire routing shall be included. 2.1 COMPLETION A) General: Upon completion of the work, remove excess debris, materials, equipment, apparatus, tools and the like and leave premises clean, neat and orderly B) Testing: The entire system shall be acceptance tested in the presence Contracting Officer. CLAUSES AND PROVISIONS This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular 2005-11, and may be viewed or downloaded by accessing the website at: http://www.arnet.gov. 52.212-1, Instructions to Offers - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietman Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation JAR 2852.201-70, Contracting Officers Technical Representative (COTR) Notice of Contractor Personnel Security Requirement Requirements JAR 2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material Department Of Justice (DOJ) Contractor Residency Requirement - BOP Clause (June 2004) SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer: 1) The Request for Quotation Number - (RFQ20403-0020-06) 2) Schedule of Items 3) Price Quote to include any prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Questions regarding this combined Synopsis/Solicitation must be emailed to KNeill@bop.gov. Quotations are due no later than 2:00pm on Thursday, August 3, 2006. Quotes may be faxed to (856) 453-4194, Attention: Keith Neill, Contract Specialist.
 
Place of Performance
Address: Federal Correctional Institution, 655 Fairton Millville Road, PO Box 280, Fairton, NJ
Zip Code: 08320
Country: UNITED STATES
 
Record
SN01091410-W 20060720/060718220329 (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.