Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2017 FBO #5599
DOCUMENT

Y -- Replace Fire Alarm Ph. II - Attachment

Notice Date
3/21/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217B0426
 
Response Due
4/10/2017
 
Archive Date
7/18/2017
 
Point of Contact
Sharon Pierce
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is for Solicitation Number VA242-17-B-0426 - Project Number 630-13-125 Replace Fire Alarm Ph. II at the New York Harbor Healthcare System, Manhattan Campus, 423 E. 23rd St., New York, NY 10010. This shall be a Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result, all SDVOSB's may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220 Commercial and Institutional Building Construction, and has a Size Standard of $36.5 million. The cost estimate range for this project is $1,000,000.00 to $2,000,000.00. Background: The VAMC Manhattan Campus currently has a Notifier fire alarm system installed which was completed in 2014. Due to flooding and damage incurred from Hurricane Sandy, the fire alarm system needs to be brought up to code. The phase II project will address some of those compromised items damaged and bring the system up to code and VA standards. This project will build upon the existing system and in order for optimal compatibility, uniformity and performance, the same Notifier product should be provided. This will also streamline service and maintenance down the line. Scope of Work: Furnish and provide all work, products, materials, installation, programming, and execution associated with removal of selected existing fire alarm devices and installation of selected new fire alarm devices in the main hospital building (Building 1), as well as Building 6 (OPC) and identified outbuildings at the Veteran s Affairs Medical Center, 423 East 23rd Street, New York, NY 10010. The scope includes, but is not limited to installation and programming of new smoke detectors, heat detectors, strobes, automatic door closers, the installation of conduits for existing exposed fire alarm wiring, painting of all cross corridor smoke barrier door frames to match existing fire alarm control panel enclosure in Building 1 Elevator Lobby and update as-built drawings to incorporate all major projects completed during or prior to this work. Contractor shall update existing Onyx work stations located in Building 1 room G273N and Building 2 room 108-A to reflect all changes to the fire alarm system. Contractor shall cross reference all system input/outputs between the fire alarm control panel and the Onyx workstations. Contractor shall test the entire fire alarm system to include Buildings 1,2,3,5,6 in accordance with NFPA 72 to ensure complete functionality of all initiating and indicating devices, along with all associated equipment for a full and complete functioning system. The work includes all associated aspects, including but not limited to primary power supply, cutting and patching, and repair of finishes. D. Fire alarm systems shall comply with requirements of the most recent VA FIRE PROTECTION DESIGN MANUAL and NFPA 72 unless variations to NFPA 72 are specifically identified within these contract documents by the following notation: "variation". The design, system layout, document submittal preparation, and supervision of installation and testing shall be provided by a technician that is certified NICET level III or a registered fire protection engineer. The NICET certified technician shall be on site for the supervision and testing of the system. Factory engineers from the equipment manufacturer, thoroughly familiar and knowledgeable with all equipment utilized, shall provide additional technical support at the site as required by the COR or his authorized representative. Installers shall have a minimum of 2 years experience installing fire alarm systems. Project Completion: Period of Performance is 400 Calendar Days from Notice to Proceed. All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or about April 10, 2017. The response submittal address, date and time will be included in the solicitation. This project requires bonding and all responses/submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All prospective bidders must be currently registered in www.sam.gov, www.experian.com, and be registered and verified as a SDVOSB in www.vip.vetbiz.gov at the time of offer submission and before award of this procurement. Point of Contact is Sharon Pierce at Sharon.Pierce@va.gov. End of Description.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217B0426/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-B-0426 VA242-17-B-0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3353899&FileName=VA242-17-B-0426-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3353899&FileName=VA242-17-B-0426-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: New York Harbor Healthcare System;Manhattan Campus;423 E 23rd St;New York, NY
Zip Code: 10010
 
Record
SN04442300-W 20170323/170321234836-9bdaeff5a996b39e702df56f8ed7429a (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.