Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

63 -- Regional Fire Monitoring Services

Notice Date
1/18/2018
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region Acquisition Division (47PJ00), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
47PJ0018R0030
 
Point of Contact
Sarah C. Callies, Phone: 303-236-2587
 
E-Mail Address
Sarah.Callies@gsa.gov
(Sarah.Callies@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE FOR REGIONAL FIRE MONITORING SERVICES FOR REGION 8; COLORADO, MONTANA, NORTH DAKOTA, SOUTH DAKOTA, UTAH AND WYOMING SOLICITATION NUMBER : 47PJ0018R0030 SERVICES REQUESTED : Regional Fire Monitoring Services for Region 8 in Colorado, Montana, North Dakota, South Dakota, Utah and Wyoming DESCRIPTION OF PROPOSED WORK : The work consists of providing fire monitoring services for Region 8. SCOPE OF SERVICES : The U.S. General Services Administration (GSA), Public Building Service (PBS), is conducting a market survey and is seeking qualified firms (including small disadvantage businesses such as Certified HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, and Women-Owned Small Business, etc.), to provide services for Regional Fire Monitoring for all Federal Buildings located throughout Region 8 in the states of Colorado, Utah, Wyoming, Montana, North Dakota and South Dakota. Contractor shall provide services to monitor 89 fire alarm systems in the buildings below. Services shall comply with monitoring requirements of the NFPA 72: National Fire Alarm and Signaling Code. Contractor shall monitor all alarm, supervisory, and trouble signals. Contact lists shall be updated in coordination with GSA as personnel changes take place. When alarm signals are received the local fire department shall be dispatched followed by telephone calls to those individuals identified in contact lists. For Supervisory and trouble signals the secondary contact list shall be called. Calls for alarms, supervisory and trouble signals shall be made in timely manner in accordance with NPFA 72, Underwriter Laboratory Listing requirements, and applicable industry standards. GSA and its operation and maintenance contractors shall have ability to put systems in "test" or take "offline" in order to conduct maintenance and other services. GSA and O&M contracts shall also have ability to have troubles and supervisory signals disregarded. All addressable fire alarm systems shall have points list uploaded for monitoring so that monitoring company clearly knows the exact device that is in alarm, supervisory or trouble. GSA does not have an exclusive fire alarm manufacturer type or system. There are multiple manufacture types throughout Region 8 (See list below). Monitoring station shall be UL Listed. If UL Listing status is lost then GSA shall be notified within 30 days and a plan of action to remediate status is required. GSA will request at times documentation of monitoring history and event history. All services shall comply with codes and standards applicable to each type of work through the course of this project. Codes shall include but not limited to the current editions of NFPA 70, NFPA 72, IBC and IFC. Contractor shall also comply with the requirements of GSA PBS P-100. The buildings listed below utilize Plain Old Telephone (POTS) Lines for monitoring. A total of 57 fire alarm systems to be monitored by POTS. • Buildings: o Wayne Aspinall FB/CH (EST III) o Ft Collins FB/PO (Silent Night 1000) o David Skaggs Research Center (Siemens) o Mike Mansfield FB/CH (Silent Night 1000) o Missoula FB/PO (Silent Night 1000) o Havre Border Patrol HQ (EST III) o Bozeman FB/PO (EST III) o James Battin CH (EST III) o Turner Montana Port Of Entry (EST III) o Piegan POE (Silent Night 1000) o Piegan - Pump House (Silent Night 5808) o Raymond Border Station (Simplex) o Bismarck FB (EST III) o Fargo FB/CH (FCI 7200) o Ronald N Davies FB/CH (EST III) o Bruce M Van Sickle FB/CH (Silent Night 1000) o Grand Forks Border Patrol HQ (FCI 7200) o GF Border Patrol Modular Building (FCI 7200) o William L Guy FB/CH/PO (EST III) o Grand Forks ICE (EST III) o Fargo FB / PO (FCI 7200) o Quentin N Burdick CH (Simplex as of 2/27/17) o Portal Border Station (Silent Night 5808) o St. John Border Station (Silent Night 5808) o Pembina Customs House (Silent Night 5700) o Pembina LPOE (EST III) o U.S. Courthouse - Sioux Falls (Silent Night 1000) o Federal Building/PO/CH Pierre (EST III) o FB/CH, Rapid City (Silent Night 1000) o Federal Building, Huron (Silent Night 1000) o Federal Building, Aberdeen (Simplex) o Frank E Moss CH (EST III) o Ogden UT, IRS building (EST III) o Ewing T Kerr FB/CH (Silent Night 1000) o FOB, Cheyenne (Silent Night 5700) o JC O'Mahoney Fed Building (EST III) o Dick Cheney FB (FCI 7200 as of 2/27/17) o DFC Bldg 19A Army Reserve (Silent Night 5700) o DFC Bldg 17 State Dept (EST III) o Wallace F Bennett FB (EST III) o Forest Service Bldg (Notifier) o Ogden, James W Hansen FB (EST III) o J Will Robinson FB (Silent Night 1000) o Provo, IRS Provo (Silent Night 5700) o St. George FB (Silent Night) o Roosville POE (Simplex) o New SLC Courthouse Annex (EST III) o U.S. Custom House (EST III) o Byron White Courthouse (EST III) o Byron Rogers Federal Office Building (EST III) o Byron Rogers Federal Courthouse (EST III) o California Street Garage (EST) o Welton Street Garage (EST) o Cesar Chavez Federal Building (EST III) o Alfred A Arraj Courthouse (Simplex) o Fox Street Garage (EST) o Dunseith MP (Silent Night) The buildings listed below utilize AES Intellinet wireless technology in place of POTS. All building listed below are located on the Denver Federal Center in Lakewood Colorado. 32 fire alarm systems are to be monitored by radio. Radios monitoring fire alarm systems may require the RF Module (transceiver) be replaced as they are currently specific to the FCC license held by the current company monitoring the fire alarm radio system. • Buildings: o DFC Building 40 (Silent Night) o DFC Building 41(Notifier) o DFC Building 44 (Silent Night) o DFC Building 45 (Silent Night) o DFC Building 46 (Silent Night) o DFC Building 50 (EST III) o DFC Building 52 (Silent Night) o DFC Building 53 (Notifier) o DFC Building 54 (Silent Night) o DFC Building 55 (Silent Night) o DFC Building 64/64A (EST III) o DFC Building 710 (Silent Night) o DFC Building 710A (Silent Night) o DFC Building 720 (Silent Night) o DFC Building 56 (Simplex) o DFC Building 67 (EST III) o DFC Building 75 (Silent Night) o DFC Building 85 (EST III) o DFC Building 85A (Silent Night) o DFC Building 810 (EST III) o DFC Building 1/1A (Silent Night) o DFC Building 8 (EST III) o DFC Building 11 (Silent Night) o DFC Building 15 (Silent Night) o DFC Building 16 (Silent Night) o DFC Building 20 (EST III) o DFC Building 21 (Silent Night) o DFC Building 25 (Siemens) o DFC Building 48 (EST) o DFC Building 94 (Silent Night as of 2/27/17 - anticipated to be EST) o DFC Building 95 (Siemens) o DFC Building 74A (Silent Night) There may be periodic requests to have personnel added or removed from notifications by email and text. If monitoring fails at fault of contractor or sub-contractors, the contractor shall provide solutions while monitoring is down to reduce risk. Contractor shall also provide all labor and materials to restore monitoring to all systems in a timely manner. ESTIMATE PRICE RANGE: The estimated value is between $250,000.00 and $500,000.00 NAICS CODE AND TITLE: The North American Industry Classification System (NAICS) code for this procurement will be Administrative and Support Services 561621 - Security Systems Services (Except Locksmiths). The Small Business Size Standard is $36.5 million. TYPE OF SET-ASIDE : This is set aside for Total Small Business LOCATION OF THE WORK: Throughout Region 8; Colorado, TENTATIVE DATES: TENTATIVE DATES ARE PROVIDED FOR INFORMATIONAL PURPOSES ONLY. · Issuance of Solicitation: February 2018 · Proposals Due: March - April 2018 · Award Date: An award of the construction services contract is anticipated April 2018. A notice to proceed is anticipated within 30 days of award. · Period of Contract Performance: The estimated construction duration is approximately 15 months after the issuance of the notice to proceed. PROCEDURES FOR AWARD: A solicitation will be issued requesting both written technical and price proposals. The Government reserves the right to award without discussions. Award will be made upon the basis of Best Value Methodology. Award of the contract will be made to the Offeror whose proposal represents the best value to the Government. PLAN AVAILABILITY : The Solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. All documents are subject to SENSITIVE BUT UNCLASSIFIED (SBU) document procedures. Specifications and drawings will be issued on a thumb drive or CD and sent or available for pick up to interested offerors after the solicitation has been posted. In order to obtain these plans, offerors must submit two items: (1) a completed "Request for Sensitive but Unclassified Building Information" form (attached), AND (2) a copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. Completed request packages may be submitted via email to sarah.callies@gsa.gov or by mail to Sarah Callies, Contract Specialist, U.S. General Services Administration, Public Buildings Service, Acquisition Division (8PQ), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, CO 80225. Prospective offerors are encouraged to submit requests prior to posting of the solicitation or as expeditiously as possible since the solicitation will be issued without further notice. ELIGIBLE OFFERORS: All responsible firms may submit a proposal which shall be considered by the agency. All prospective offerors are also required to use the System for Award Management (SAM) in federal solicitations as a part of the proposal submission. You may access SAM via the following URL, www.sam.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PT/47PJ0018R0030/listing.html)
 
Place of Performance
Address: See List Above - Colorado, Montana, North Dakota, South Dakota, Utah and Wyoming, United States
 
Record
SN04792710-W 20180120/180118230951-9d206b8b097284c77555af6d62bfafdd (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.