Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOURCES SOUGHT

Y -- Upgrade Base-Wide Fire Alarm, Pease ANGB, NH - Monaco Brand Name J&A

Notice Date
5/10/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, 1 Minutemen Way, Concord, New Hampshire, 03301-5652, United States
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-17-R-0500
 
Archive Date
5/18/2017
 
Point of Contact
Scot Yeanish, Phone: 6032251311
 
E-Mail Address
scot.r.yeanish.mil@mail.mil
(scot.r.yeanish.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Monaco Brand Name J &A THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The United States Property and Fiscal Office, located at Pease Air National Guard Base (ANGB), Newington, NH, is issuing this Sources Sought Notice / Request for Information (RFI) in order to identify vendors qualified to upgrade the base-wide fire alarm system at Pease ANGB, NH. Project Overview: Pease Air National Guard Base, New Hampshire, requires a centralized base-wide fire alarm control system with primary receiving and dispatching system with redundancy. Replace non-compliant, non-addressable fire alarm control panels (FACPs) with addressable wireless control panels and transceivers with capability to report to a centralized system. Add transceivers to existing addressable FACPs. Install centralized system able to receive wireless transmissions from FACPs that can be integrated with base-wide EMNWS and contains redundancy in the event of primary system failure. Upgrade buildings with non-addressable, components and wiring to be compatible with addressable FACP and centralized system. The system shall have the ability to integrate into the Mass Notification Warning System (MNWS), integrate into other existing alarm warning systems (CO2, freeze alarms, E-Stop, etc.) to include reporting these systems alarm signals to the centralized system. The project will also install a new radio-based Monaco facility-wide fire alarm reporting system which will utilize Monaco transceivers in each building and a Monaco (d-21) receiving station at the central fire department. All work shall be performed in accordance with all applicable NFPA, UL, UFC, and ANG ETL standards. Prerequisites for interested vendors include: 1. Fire alarm and electrical Prime/subcontractors with enough qualified staff to install fire alarm systems in multiple large buildings at the same time. 2. Prime/Subcontractors who have personnel who meet the following qualifications: Monaco factory trained and certified personnel and experience installing Monaco components; Registered Fire protection engineers or registered professional engineer with fire protection design experience; National Institute for Certification in Engineering Technologies (NICET) Level II and III technicians. 3. Fire Alarm prime/subcontractors with experience in installing Monaco systems and other radio based central fire alarm control systems. This includes understanding of the challenges of the work and the ability to manage and conduct quality control of the installation. The estimated dollar magnitude of this project is anticipated between $1,000,000 and $5,000,000. A vendor that receives an award from a formal solicitation would be required to provide a minimum one-year warranty to repair or replace any defect of material or workmanship of equipment manufactured within 12 months from the date of delivery. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure construction services, or for the Government to pay for any vendor information received. The Government will utilize vendor responses for informational and / or planning purposes and to identify potential sources as part of its market research. No reimbursement will be made for any vendor costs associated with providing information in response to this RFI or any follow-up information request. Consequently, no solicitation is being issued at this time. Therefore, no award will be made as a result of vendors providing the required information specified ahead. Responders are solely responsible for all expenses associated with responding to this RFI. Vendor responses to this notice will not be returned. The applicable North American Industry Classification System (NAICS) code is 236220. The small business size standard for this NAICS Code is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 17 May 2017, 3:00 PM EST, by submitting all requested documentation listed below to: scot.r.yeanish.mil@mail.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address, and business size under NAICS 236220. (2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc). (3) Demonstration of the firm's experience as a prime contractor on similar projects (i.e., dollar amount, type, etc.) within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. (4) Provide firm's single project bonding limit and information on the organizational and financial resources available to perform the required work. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-17-R-0500/listing.html)
 
Record
SN04503322-W 20170512/170510235253-88578e3ce7c93f425d670f7544cd0d3d (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.