Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SOURCES SOUGHT

12 -- Fire Alarm System

Notice Date
7/27/2017
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-T-0530
 
Archive Date
8/25/2017
 
Point of Contact
Sean M Connolly, Phone: 6032251226, William J. Cole, Phone: 6032271445
 
E-Mail Address
sean.m.connolly1.mil@mail.mil, William.j.cole68.mil@mail.mil
(sean.m.connolly1.mil@mail.mil, William.j.cole68.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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) W912TF-17-T-0530 in order to identify vendors qualified to meet Pease AFB, Newington NH Central Fire Alarm System requirement. Project Overview: Supply and install a Primary and Redundant Fire alarm monitoring System IAW Air force, federal, state and local fire codes. Upon conclusion of the installation, Pease shall have a primary and redundant alarm receiving and dispatching system(computer) graphic interface using a relational database in a server-workstation architecture that provides multi-user capability. The system shall be able to communicate with all facilities and transceivers. The following is the salient characteristics of the alarm system: 1. The fire alarm system shall provide radio based(IAW FCC regulation), fiber optic or landline based, remote system reporting to the base central system, and a secondary central receiver. Provide radio based transmission system for all new-based wide systems. 2. All equipment needs to be IAW testing laboratory and is compatible with existing equipment to include the central base transmitting and receiving system. 3. All facility fire alarm systems must also transmit appropriate signals to the responding (host or other) fire department, which in most cases is the ANG fire station. 4. Mass notification ability 5. All fire alarms are IAW with AF policy 15-01-03 guidance(public document) Pease existing Fire Panels (transceivers or direct connection to these panels): 1. Monaco 2. SimplexGrinnell Note: Pease will be replacing a majority of its panels of the next comping years. The above panels are our newest products. Indicated how you system will connect. Pease has frequency approved for a radio based system 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. All interested firms are encouraged to respond to this announcement no later than 10 AUG 2017, 5:00 PM Eastern Time, by submitting all requested documentation listed below to: sean.m.connolly1.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 (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. 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-T-0530/listing.html)
 
Place of Performance
Address: Pease, Newington, New Hampshire, 03801, United States
Zip Code: 03801
 
Record
SN04600847-W 20170729/170727232419-b536109c21d6d0dde88fe7dfbee50ed4 (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.