Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

Z -- Fire Alarm Replacement Pacific Highway Land Port of Entry, Blaine, Washington - Amendment 6

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division, Design & Construction Contracting Branch (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-12-LT-R-0010
 
Point of Contact
Keith R. Goodsell, Phone: 253-931-7775, Dawn M Ashton, Phone: 253-931-7784
 
E-Mail Address
keith.goodsell@gsa.gov, dawn.ashton@gsa.gov
(keith.goodsell@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional Department of Labor Davis-Bacon Act general decision update: Lists minimum labor rates and categories for construction work to be performed for this project. Department of Labor Davis-Bacon Act general decision update: Lists minimum labor rates and categories for construction work to be performed for this project. SF 30 with continuation pages - provides specific details regarding changes to the solicitation including an extention of the proposal due date to September 20th, 2012, allowance for additional questions by September 7th, 2012, answers to pre-proposal inquires, and changes to Department of Labor wage determinations and general decisions. Amendment 0005, issued September 04, 2012. Please see the SF 30 for specific details regarding answers to pre-proposal inquires, changes to Department of Labor wage determinations and general decisions, proposal due date, and allowance for additional questions. ________________________________________________________________________ Amendment 0004, issued August 28, 2012. Please see the SF 30 for specific details regarding attendees to the pre-proposal conference and site visit. ________________________________________________________________________ Amendment 0003, issued August 22, 2012. Please see the SF 30 for specific details regarding changes to the Solicitation and Statement of Work. ________________________________________________________________________ Amendment 0002, issued August 17, 2012. Please see the SF 30 for specific details regarding changes in the pre-proposal conference location being held on August 23, 2012. Interested parties are reminded that registration for the pre-proposal conference and site visit must be requested not later than August 20, 2012. Interested parties are also reminded to complete and submit the GSA PBS Order 3490.1A attachment to the points of contact referenced in the Solicitiation in order obtain access to the restricted documents (locked) for this acquisition. _________________________________________________________________________ Amendment 0001, issued August 15, 2012. Please see the SF 30 for specific details regarding the site visit request deadline, which is changed from August 20, 2012 to August 27, 2012 to clear up an apparent conflict with the site visit date. __________________________________________________________________________ The General Services Administration (GSA), Region 10 announces an opportunity for the modernization of the Fire Alarm Systems at the Pacific Highway Land Port of Entry in Blaine, Washington. NOTE: GSA PBS Region 10 will NOT be maintaining a manual list of interested vendors The Solicitation is an all-electronic solicitation, including amendments. Plans and specifications are available electronically at Federal Business Opportunities (FBO) website at: www.fbo.gov, with secure access required for Sensitive but Unclassified Building (SBU) documentation. Access requirements are provided in the Solicitation and FBO notice. Please ensure to complete and forward the SBU document and attachments to the the Points-of-Contact listed in the solicitation. PROJECT BACKGROUND/DESCRIPTION: The goal of the project is replace/consolidate existing fire alarm systems at the Pacific Highway Land Port of Entry, in Blaine, Washington, specifically for the Auto/Bus, Cargo, and Warehouse buildings, as well as in enclosed inspection bay and breezeway into a single central fire alarm system, which meets current code requirements. The new system will have two buildings: Building A is the interconnected Warehouse/ Breezeway/Cargo Buildings. Building B is the Auto/Bus building and the inspection bay. The new system shall have adequate logistics support (both in materials, spare and repair parts, and maintenance support) throughout the life cycle of the system, as well as increased functionality of the system for the Property Management Team (PMT). PROJECT SCOPE This scope of work shall include all l design, labor, supervision, equipment and materials necessary to complete the replacement /consolidation of the fire alarms systems for the Pacific Highway Land Port of Entry Auto/Bus, Cargo, and Warehouse buildings, including the enclosed inspection bay and breezeway. Deliverables shall include, but are not limited to, new fire alarm system, as-built drawings, operation & maintenance manuals and training, full parts and labor warranty, one-year full maintenance of the system, and spare parts. The Contractor will be required have significant specialty design/build construction fire alarm experience, specifically where existing fire alarms have had to remain fully-operational while the new fire alarm system is installed. Due to the criticality of the project, the contractor shall perform at least 75% of the work with its own in-house workforce. Current NICET Level II Fire Alarm certification is required for installers. Current NICET Level IV Fire Alarm certification and/or current State Fire Protection Engineer licensing and registration is required for the designer. The replacement of the fire alarm system shall be accomplished while facility is fully occupied. The D/B Team will be required to ensure minimal disruption to tenants and their mission, keep current system in operation, and facility and tenants safe and fully protected until such time as the new system is operational and ready to bring on line for facility protection. GSA envisions a highly collaborative D/B delivery approach for this project. The expectation is that the D/B Team will work closely with all the stakeholders to deliver a project that meets the expectations and needs of all stakeholders and GSA's requirements for a fully functional, code compliant fire alarm system. The D/B Team will be selected through a one phase best value D/B source selection process that meets the goals of GSA as listed in the Solicitation, as amended. PROJECT MAGNITUDE: Between $500,000 and $1,000,000. COMPETITION: Restricted. This procurement is open to small business firms with NAICS code 238210. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor. Any firm proposing as a joint venture will be required to provide additional documentation regarding its joint venture agreement during the solicitation phase. PROJECT DURATION: The total expected project duration is estimated to be 6 to 8 months, with an additional year for system maintenance. PROCUREMENT STRATGY: The Design Build contractor will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Part 36, Source Selection Procedures, FAR subpart 15.3 following issuance of a formal Request for Proposals (RFP) on www.fbo.gov. For this contract award process, GSA will issue one Solicitation. The Government will identify the evaluation factors developed in accordance with FAR 15.304 that will serve as the basis for the determination of the Offer which provides the best value to the Government. Interested Offerors will be required to submit their responses (including both technical and price proposals) to the RFP by the due date established in the RFP. The Government will evaluate all responses to the RFP in accordance with the criteria in the RFP. The Government will reserve the right to make an award upon the basis of the initial offers without discussions. CONTRACT AWARD: GSA PBS R10 contemplates awarding a Firm Fixed Price (FFP) type contract as a result of the forthcoming solicitation. CLOSING DATE: The closing date for receipt of proposal submissions is specified in the Solicitation as amended. The amended due date and time is 4:00 p.m. PST, September 11, 2012 per Solicitation Amendment 0001 (not to be confused with amendment number provided by Federal Business Opportunities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-12-LT-R-0010/listing.html)
 
Place of Performance
Address: Pacific Highway Land Port Of Entry, 9950 Pacific Highway, Blaine, Washington, 98230-9242, United States
Zip Code: 98230-9242
 
Record
SN02866198-W 20120906/120904235922-bc9e4e177785f2a1189c6c76422cd5f1 (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.