Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

45 -- Navy Warehouse 10 & 11 Fire and Life Safety Improvements

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQC), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
7PQC-15-5000
 
Archive Date
6/24/2015
 
Point of Contact
Schahresad F. Phillips, Phone: 8179780340, Todd Gardner,
 
E-Mail Address
schahresad.phillips@gsa.gov, todd.gardner@gsa.gov
(schahresad.phillips@gsa.gov, todd.gardner@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice: Sources Sought Project: Fire/Life Safety Improvements for Navy Warehouse 10 & 11 Agency: General Service Administration/Public Buildings Service Location: Fort Worth, Texas Date: June 10, 2015 Response Date: June 17, 2015 NAICS Code: 238220 This is a Sources Sought announcement and is a market survey for information purposes only. This is not a SOLICITATION FOR A PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS SYSNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis. This is a survey of the market of potential small businesses, as well as small businesses that are SBA certified 8(A) and Service Disabled Veteran Owned Small Business (SDVOSB). The geographic boundaries are limited to the State of Texas. Scope of Work: Fire / Life safety Improvements in warehouse 10 (120,000 sq-ft), warehouse 11 (80,000 sq-ft) including the transition from warehouse 10 to warehouse 11 (8,500 sq-ft) Phase II: •· Phase 2 work is a fire sprinkler system replacement / upgrade project. The fire sprinkler contractor will serve as the prime contractor and subcontract the other portions of work they are not licensed to perform (electrical, fire alarm). The fire sprinkler contractor shall have within their staff a full time employee with either a Nicet Level IV certification in the design of a fire sprinkler system, or a Professional Fire Protection Engineer licensed in the State of Texas experienced in the design of type fire sprinkler systems, to design and oversee the project. This individual must have experience with Early Suppression Shared Response (ESFR) type fire sprinkler systems. Phase II will consist of the following Base bid: Base Bid: Fire Pump: •· Installation of new 1,500gpm fire pump and all 7 system risers within the new pump room. 1 fire pump installed at warehouse 10 will serve both warehouse 10 and warehouse 11. Electrical Sub-contract: •· Provide electrical power to the fire pump from the existing controller. Fire Alarm: •· Replace fire alarm panels for warehouse 10 and 11. New fire alarm panel is to be installed in the fire pump room. Hook up monitoring points from fire pump room. (sprinkler system and fire pump.) The new fire alarm panel is to serve both warehouse 10 and 11. Reconnect existing NAC circuits and SLC / IDC circuits to new fire alarm panel. Fire Alarm shall be designed by an individual holding a Nicet Level III certification or a Fire Protection Engineer, Licensed in the State of Texas Demolition of existing fire sprinkler systems: •· Warehouse 10 •· Warehouse 11 •· Transition from warehouse 10 to 11 Fire Sprinkler System •· Install new ESFR fire sprinkler system in warehouse 10 (120,000 sq-ft) and in warehouse 11 (80,000 sq-ft). Also Provide fire sprinkler system in warehouse transition from warehouse 10 to 11 (8,500 sq-ft). •· Firms responding to this Sources Sought shall address the following: •(1) It is requested that interested small businesses submit a brief capabilities statement package (no more than 5 pages in length, single-space, 12 point font) demonstrating the ability to perform the requested work •(2) Relevant experience: Provide 3 projects to include experience in similar size and scope of projects performed within the last five years, include whether the project was performed as a prime or sub-contractor, value, square footage of project, a brief description of how the project relates to the technical work required described herein. •(3) Statement regarding bonding capabilities. •(4) Indicate if your company is a small business and the socio-economic status if any. All interested firms will be required to register in the Government's System for Award Management (SAM)-www.sam.gov and Duns and Bradstreet. 800-526-9018 Top of Form Bottom of For The estimated project duration is 180 days. Prior Government work is not required for submitting a response under this Sources Sought synopsis. However, all construction for this project shall be required to adhere to the Scope of Work and all Federal, State and local ordinances. Interested parties shall respond to this Sources Sought Synopsis no later than 4:30PM CST on June 17, 2015 via email only to: Sherry Phillips schahresad.phillips@gsa.gov 817-978-0340 Contacting Office Address: General Services Administration 819 Taylor Street, Room 12B-342 Fort Worth, TX 76102
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO-EP/7PQC-15-5000/listing.html)
 
Place of Performance
Address: Fort Worth Federal Center, 501 W. Felix St., Fort Worth, Texas, 76115, United States
Zip Code: 76115
 
Record
SN03759266-W 20150612/150610234906-1913ac24e10ca958f288bff54b8c3a6d (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.