Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

N -- Fire Alarm Services - RFQ

Notice Date
1/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street, Job Corps Acquisition Support Branch, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82A7-S-17-0025
 
Archive Date
2/23/2017
 
Point of Contact
Jennifer McCord, Phone: 3032755393
 
E-Mail Address
jennifermccord@fs.fed.us
(jennifermccord@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Terms and Condition SF 1442 The USDA - Forest Service WO-AQM Job Corps Support Branch has identified the need of a service contractor to Replace the existing fire alarm panels and specific devices with new panels and devices throughout three buildings, as outlined below. Provide drawings, calculations, specifications, product data sheets, and sequence of operations from a fire alarm/electrical engineer licensed in the state of Kentucky, in accordance with the latest editions of NFPA 72 and 101, NEC, and ADAAG. The Government will provide floor plans in xx.dwg format (2013) prior to the beginning of work. Re-use existing conduit and wiring the extent permissible by code. Replace old, non-code compliant wiring. All fire alarm wiring to be in electrical metal tubing (EMT) conduit. The new fire alarm panels shall be provided with battery backup and integral Transient Voltage Surge Supression (TVSS) devices, and have adequate zones/points. The new panel shall include proper hardware for future monitoring. Testing and documentation is also required, as outlined in NFPA 72. Provide inspection and testing documentation in accordance with NFPA 2013 7.7.6 and 7.8.2. Provide record of completion and re-acceptance testing witnessed by a third party in accordance with NFPA 2013 7.5.6 and 7.8.2.. Some of the buildings also require design work to determine what components are needed at the Frenchburg Job Corps Center, located Frenchburg, Kentucky. This requirement will be issued as a Request for Quote (RFQ), under FAR Part 13. The RFQ will result in a single firm fixed-price award from the lowest responsive and responsible bidder. This requirement will be set aside for Total Small Business. The North American Industry Classification System (NAICS) is 561621. The size standard is $15. This requirement is set aside to Small Businesses as authorized by FAR 19.502-2 (b). In accordance with FSAR 4G13.106-2 additional preference may be given to potential vendors or suppliers if they are 8(a) or other small disadvantaged businesses, even if the resulting pricing may be higher than the lowest quote received. All vendors are encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The specifications WILL NOT be provided in a paper hard copy format or CD ROM, and will only be posted on the Federal Business Opportunities (FBO) website. The address for downloading this solicitation from the Internet is https://www.fbo.gov. Registration and downloading from the Internet is free of charge; however, some specifications may take a considerable amount of time to download. All prospective offerors are required to register on the Federal Business Opportunities (FEDBIZOPPS) website for this procurement. An official plan holders list will be maintained on and can be printed from the website. If you fail to register, the Government cannot be responsible for your being notified of any amendments to the solicitation. Notification of any changes to this solicitation (amendments) shall be made only on the internet through FBO. Therefore, it is the contractor's responsibility to check the Internet site daily for any posted changes to the solicitation. In addition, all contractors doing business with the Federal Government must be registered in the U.S. Contractor Registration System SAMS at https://www.sam.gov. NOTE: Offerors should submit verification of their firm's registration in the SAMS database with their offer. QUOTE SUBMISSION In lieu of sending written inquiries via the postal service, all potential quoters must submit all inquiries and quotes electronically via email to the email address stated below. Any mailed (postal service), shipped (UPS/FEDEX, etc.) or hand delivered quotes will not be accepted or considered for award. All bids must be received no late than 1400 Mountain Time on February 08, 2017 to Jennifer McCord at: jennifermccord@fs.fed.us BASIS OF AWARD AND EVALUATION OF QUOTES Bidders shall enter a price for all items listed in PRICING SCHEDULE. There will be one award from this solicitation. The Government will issue a contract as a result of this IFB to the contractor who has been determined to be both responsive and responsible, and offers the Lowest Price overall. It is the Government's intent to determine reasonableness and the bidder's understanding of ALL the work required and the ability to perform ALL of the work stated under the contract. Any exclusions listed in reference to prescribed work, may remove the contractor from consideration. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received, or elect to not award at all. If necessary, the Government may conduct discussions with any or all quoters. The Government may issue an order on the basis of quotes as received, without entering into discussions with any quoter. Therefore, each initial quote should contain the quoter's best terms and must speak directly to the evaluation factors listed. Note: Those not submitting past performance and biobased information as outlined will be considered not responsive and therefore not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d81cd9f0fafdfcfe946ece3b4781c07e)
 
Place of Performance
Address: 6969 Tarr Ridge Road, Frenchburg, Kentucky, 40322, United States
Zip Code: 40322
 
Record
SN04367627-W 20170112/170110234132-d81cd9f0fafdfcfe946ece3b4781c07e (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  © 1994-2020, Loren Data Corp.