Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

Z -- New Fire Alarm Replacement and Wet Sprinkler System Modification

Notice Date
12/12/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
 
ZIP Code
44114
 
Solicitation Number
GS05P12SLC0019
 
Point of Contact
Sarah E. Zemanek, Phone: 216-522-2325, Kimberly R. Bogan-Ridley, Phone: 312-353-4221
 
E-Mail Address
sarah.zemanek@gsa.gov, kim.bogan-ridley@gsa.gov
(sarah.zemanek@gsa.gov, kim.bogan-ridley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The following work will be performed at the Joseph P. Kinneary US Courthouse, 85 Marconi Blvd., Columbus, Ohio 43215. This project is for a Firm-Fixed-Price type contract. This procurement will be solicited on a full and open unrestricted basis. The work of this project is defined by the Contract Documents. The project includes, but is not limited to the following: The contractor will be tasked with installing a complete, supervised, non coded addressable/Multiplex voice-type fire alarm system that is independent and separate from other building systems. Installation shall be in accordance with the latest edition (2010) of National Fire Protection (NFPA) Standard No. 72, GSA facilities Standards and for Public Building Services PBS - P100 (December 2009), ICC International Building Code, and the American With Disabilities Act Accessibility Guidelines (ADAGG). The latest GSA Guide Specification (28 31 01) 16723, Multiplex/Addressable Voice Evacuation Fire Alarm System shall be utilized/edited. The installation shall include but is not limited to the following: •· All new wiring utilizing red anodized conduit, raceway, terminal cabinets, outlets and mounting boxes, control equipment, alarm and supervisory signal initiating devices, alarm indicating devices, addressable devices, field addressable interface devices, audible and visual notification appliances. •· Style 7 (Class A) signaling line circuit for the network, Style 4 (Class B) signaling line circuit for each floor, Style B (Class B) initiating device circuits, and Style Y (Class B) notification device circuits for a complete and operable system. •· A minimum of two (2) distinct fire alarm notification appliance circuits and a minimum of two (2) distinct visible notification appliance circuits. •· Install new fire alarm speakers conforming to UL 1480. •· Install visual notification appliances (strobes) that operate on a supervised twenty-four (24) volt D.C. circuit. •· Install new multi-technology smoke detectors in each elevator lobby and elevator machine rooms, building corridors where common path of travel exceeds 100ft. travel distance, provide new photoelectric duct smoke detectors that will automatically initiate the shutdown of its dedicated air-handling units on the supply and the return side of the units, (Supervisory Alarm). •· Install new fire alarm speakers in the stairways and elevator cabs on a separate communication zone for manual activation. •· Install new manual fire alarm pull stations. •· Install an automated voice-type alarm system with pre-recorded messages coordinated with GSA. •· Provide complete demolition of the existing fire alarm system after completion/testing/programming and sign-off of the new fire alarm system. Modify the existing wet-pipe automatic sprinkler system to provide complete fire protection throughout the facility. Installation shall be in accordance with the latest edition of National Fire Protection Association (NFPA) Standard No. 13, GSA Facilities Standards for the Public Buildings Services PBS-P100 (December 2009) and ICC International Building Code. The latest edition of GSA Guide Specification 21 13 13 (15330) shall be utilized/edited as needed. The installation shall include the following: •· Additional sprinklers, piping, hangers, etc. in areas with inadequate sprinkler coverage for the first floor south historic corridor between the east and west stairways and the third floor south courtroom #331, adjacent corridor, judges chamber, & kitchen area. •· Provide a new Sprinkler installation in Historical Areas like First Floor Lobby and Corridors, Third Floor Historic Corridor and Historic Courtroom on Third Floor. System shall be fully integrated into the New Fire Alarm System. •· Install new water flow detectors, pressure switches and tamper switches for each building sprinkler system, all such existing devices shall be replaced. The Work shall be conducted in one phase, with each phase substantially complete as indicated in specifications. The magnitude of this construction project (per Federal Acquisition Regulation, 36.204 Disclosure of the magnitude of construction projects) is estimated between $1,000,000.00 and $2,000,000.00. The RFP solicitation is anticipated to be issued on or about December 28, 2011. Offers will be due on or about January 27, 2012 (the actual date of receipt for proposals will be stated on the solicitation). No public bid opening procedures are applicable for this solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is 238210 with a small business size standard of $14 million. Large businesses proposing under this unrestricted procurement may be required to submit a subcontracting plan, please consult RFP documents when posted. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL https://www.fbo.gov. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact) Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number, Your E-Mail Address. Also, beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted to General Services Administration, Public Buildings Service, Ohio Property Management Service Center, Attn: Sarah Zemanek, 201 Superior Avenue, Suite 440, Cleveland, OH 44114. Any questions regarding this notification should be directed to the Contract Specialist, Sarah Zemanek, at sarah.zemanek@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P12SLC0019/listing.html)
 
Place of Performance
Address: Joseph P. Kinneary US Courthouse, 85 Marconi Blvd, Columbus, Ohio, 43215, United States
Zip Code: 43215
 
Record
SN02637709-W 20111214/111212234437-e183f87e1786d11e8074b7a673afabeb (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.