Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

Z -- Revitalize Fire Alarm Nodes Systems

Notice Date
2/12/2018
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
80MSFC18B0001
 
Point of Contact
Brian A. Speer, Phone: 2565443038, Ryan D. Hardy, Phone: 2565446368
 
E-Mail Address
brian.a.speer@nasa.gov, ryan.d.hardy@nasa.gov
(brian.a.speer@nasa.gov, ryan.d.hardy@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/MSFC plans to issue an Invitation for Bids (IFB) for the requirement "Revitalize Fire Alarm Nodes System." The work to be performed under this project consists of providing the labor, equipment, and materials to perform the construction for the revitalization of the MSFC emergency reporting and notification infrastructure (node system) and limited building fire suppression systems at the Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The work consists of reuse of existing fiber communications pathways and spare capacity where feasible to connect all fire alarm devices in all buildings at MSFC to the head end of the node system located at Building 4650 and the 911 center located in Building 4708. New fiber duct banks are to be installed as noted on the drawings. A new addressable fire alarm system network interface shall be installed as part of this scope of work. New network equipment will be required at each building having a preexisting fire alarm system to tie-in to the campus wide fiber loop network. The work performed under this contract will primarily be electrical work and civil work, with work in the mechanical and structural as needed to support the installation of new electrical equipment and duct banks. The magnitude of the procurement is between $5,000,000 and $10,000,000, and the effort shall be completed within 550 calendar days after the Notice to Proceed (NTP). Award of this project is contingent upon the availability of funds. This procurement is a total small business set-aside. The NAICS Code and small business size standard for this procurement are 238210 and $15M in average annual receipts, respectively. The anticipated release date of the IFB is on or about March 12, 2018, with an anticipated closing date on or about April 12, 2018. The firm date for receipt of bids will be stated in the IFB. The specification/drawing package supporting this requirement will be posted with the solicitation. All responsible sources may submit a bid which shall be considered by the agency. Safety records of the prime contractor and subcontractor will be a consideration at award time, and the prime contractor must have an EXPERIENCE MODIFICATION RATING (EMR) of 1.0 or less and proof included within the bid package. The prime subcontractor's EMR rating shall be no more than 1.1. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site or URL for the Federal Business Opportunities home page is https://www.fbo.gov/. Prospective bidders may notify this office by e-mail of their intent to submit a bid. It is the bidder's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential bidders will be responsible for downloading their own copy of the solicitation (to include the specification/drawing package) and amendments (if any). The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, bidders will be required to inspect the site where the work will be performed. The date(s) of the organized site visit(s) will be stated in the IFB. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7aaa31aa818ad040c284aa84b8570eb0)
 
Place of Performance
Address: NASA / George C. Marshall Space Flight Center (MSFC), Huntsville, Alabama, 35812, United States
Zip Code: 35812
 
Record
SN04819786-W 20180214/180212231326-7aaa31aa818ad040c284aa84b8570eb0 (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.