Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

42 -- Fire/Life Safety Improvements for Navy Warehouse 9 & 12, Fort Worth, TX - Source Selection Document

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management,Non-Prospectus Dallas/Ft Worth (47PH09), Please consult solicitation documentation for address information, United States
 
ZIP Code
00000
 
Solicitation Number
7PQC-18-0001
 
Point of Contact
Schahresad F. Phillips,
 
E-Mail Address
schahresad.phillips@gsa.gov
(schahresad.phillips@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Fire/Life Safety Improvements for Navy Warehouse 9 & 12 Notice: Sources Sought Project: Fire/Life Safety Improvements for Navy Warehouse 9 & 12 Agency: General Service Administration/Public Buildings Service Location: 501 Felix St., Fort Worth, Texas Date: November 28, 2017 Response Date: December 7, 2017 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/Base Bid: · Fire / Life safety Improvements in warehouse 9 bays E and F (80,000 sq-ft) and the office area located in front of bay C (approximately 6,000 sq-ft). The project may be expanded to include up to a total of 9,000 sq-ft of office space located at warehouse 12. Work priced as add options described later in this scope will be added to this contract at the time of award as funding allows. In addition while not guaranteed add option pricing shall carry over for the purposes of amending the contract to pick up additional add options if additional funding becomes available after the time of contract award. Demolition of existing fire sprinklers: Warehouse 9, Bays E & F Warehouse 9, Office Area Warehouse 9, loading dock areas, only Bays A & B Fire Sprinkler System: Install a new ESFR fire sprinkler system in warehouse 9 bays E & F. Install a new fire sprinkler system in warehouse 9 Offices located in front of Bay C. [Note that the riser assembly (control valve, tamper-switch and flow-switch) for these systems are existing. They are located inside the pump room and extend out adjacent to Bay E ready to tie the new fire sprinkler system into.] Install new fire sprinkler system on the loading docks of warehouse 9 bays A & B. Install hose valve stations as shown in warehouse 9 bays A and B. Fire Alarm: Warehouse 9 has an existing Notifier fire alarm control panel located in the fire pump room that will remain. Install new Notification appliances, manual pull stations throughout warehouse 9. The fire alarm contractor must be an authorized distributor of the Notifier fire alarm systems. · Notification appliances shall be placed ceiling mounted where drop ceilings are present and shall be wall mounted otherwise. · Remove entirely old parts of the fire alarm system that have been replaced or are no longer being utilized. (i.e. old Notification appliances, wire, conduit etc.) Stainless steel cover plates shall be installed to cover all back boxes that housed wall mounted fire alarm devices no longer in use. Unit Heaters: Relocate unit heaters out of the way of fire sprinklers and out of the storage racks within warehouse 9 Bay F as shown in the attached bid documents. Each unit heater shall controlled by a separate thermostat. Thermostats shall be locked in a metal thermostat guard. Option #1: Remove the fire sprinkler system from warehouse 12 office area. Install new fire sprinkler system in warehouse 12 office area. 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 The estimated project duration is 160 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 December 7, 2017, via email only to: Sherry Phillips, Contract Specialist General Services Administration Email: schahresad.phillips@gsa.gov 819 Taylor St., Fort Worth, TX. 76102
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO-EP/7PQC-18-0001/listing.html)
 
Place of Performance
Address: Fort Worth Federal Center, 501 W. Felix St., Fort Worth, Texas, 76115, United States
Zip Code: 76115
 
Record
SN04748728-W 20171129/171127230619-4fb026442e8013edd3ba9c9693cc8d14 (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.