Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

Z -- U.S. Customs & Border Patrol - LPOE Sumas, WA Fire Alarm Replacement

Notice Date
1/13/2020 11:27:28 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R9000
 
Response Due
1/27/2020 1:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Kimberly M Johnson, Phone: 2537097780, Melissa Hibray
 
E-Mail Address
kimberlym.johnson@gsa.gov, melissa.hibray@gsa.gov
(kimberlym.johnson@gsa.gov, melissa.hibray@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Customs & Border Patrol, Land Port of Entry � Sumas, WA. Design Build Fire Alarm Replacement � Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. This notice does not preclude a large business from submitting their capabilities statement and interest to the project. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 238210 � Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for NAICS code 238210 is $15.0M in average annual receipts over the past three (3) years. General Information The LPOE Sumas is located at:� 9648 Garrison Road Sumas, WA 98295 https://www.cbp.gov/border-security/along-us-borders/border-patrol-sectors/blaine-sector-washington/sumas-station Sumas Station is the easternmost Border Patrol station in the Blaine Sector. Previously the Lynden Station, the new Sumas Station was dedicated on October 10, 2008. The current station is located within the Sumas city limits approximately 5 miles from the Sumas POE.� The current fire panel that serves the LPOE has reached the end of its useful life and needs to be replaced. The manufacturer of the current fire alarm panel and hardware is Simplex Grinnell (Simplex 4002). Existing dry fire suppression system has been partially installed (Primary and Secondary Canopies as well as Warehouse and Cargo Canopy); however, the existing fire sprinkler cross main has leaked and has been repaired but needs to be replaced. Scope Summary This scope of work for fire alarm replacement shall include the design and replacement of the fire panel, and all other fire life safety devices which upon completion will comprise a fully operational and code compliant system. In order to mitigate costs GSA will consider the reuse of some components such as tamper switches and flow switches, etc. depending on their operational condition, compatibility with installed system and current code compliance. GSA will consider reuse of equipment on a case by case basis with approval by AHJ. If equipment is reused a predetermined credit will be taken from the awarded contract. If allowed, Contractor will be completely responsible for all reused system devices and they will be covered by same warranty as newly installed equipment. Project will consist of the replacement of complete fire alarm system to include all control panels, devices, wiring, and the addition of new conduits and/or risers where necessary to ensure a fully functional, code compliant class �A� system when complete. Fire Alarm Control Panel (FACP) installation must conform to all applicable codes and standards.� The scope of work for fire suppression sprinkler system will consist of all design and installation for a complete, code compliant fire sprinkler system throughout the entire facility which will include the replacement of the existing dry fire suppression system cross main.� In order to mitigate costs GSA will consider extending the existing dry fire sprinkler system throughout the entire building. No assumption of current systems code compliance should be made. Contractor will be responsible for complete design and installation which conforms to all current codes and standards. All electrical connections, terminations and integration to existing equipment will be the responsibility of installing contractor and all costs for associated effort will be included in cost proposal. All as-built information provided by GSA must be field verified by contractor prior to design. Due diligence site walk to confirm space configurations is required and will be the basis of design for fire alarm and suppression sprinkler systems. Appropriate time for this due diligence inspection must be built into CPM schedule. The replacement of the fire alarm and installation of fire suppression system will be accomplished while facility is fully occupied.� The D/B Team will be required to ensure minimal disruption to tenants and their mission. The DB Contractor will provide required fire protection and safety of the fully occupied space during construction to will be monitored at all times. The Contractor shall submit a fire protection plan that in accordance with PBS P-100 and R10 Fire Alarm System Installation Policy. GSA reserves the right to stop work any time tenant�s mission is adversely impacted. GSA envisions a highly collaborative D/B delivery approach for this project.� The expectation is that the D/B Team will work closely with all stakeholders to deliver a project that meets the expectations and needs of all stakeholders and GSA�s requirements for a fully functional, code compliant fire alarm and fire suppression systems.� Further, since this is a design/build retrofit project, there are existing fire suppression materials and/or equipment installed in the building.� The Design Build Contractor shall include any missing materials and/or equipment in their project costs to ensure a fully operational, code compliant, fire suppression sprinkler system. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the LPOE Sumas, WA Fire Alarm Replacement, located in Sumas, WA pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The DB team will be selected through a best value / tradeoff selection process.� During the development period from initial concept to final design the DB team will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. GSA will be contracting separately for Construction Management Assistant (CMa) services.� The CMa will be involved in the design process and will provide construction oversight expertise, estimating, change order review, cost information, functionality and constructability reviews and ePM project data entry.� There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting.� All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks � The facility location, coupled with the need for continuous operation during construction, present unique challenges for the design/build teams on the project. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The replacement of the fire alarm system at the LPOE Sumas, WA must occur within an occupied, fully functional facility. These functions include typical office work, but also include services for the general public. This presents several challenges that will have to be addressed by the designer and/or design/build team. All work in public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages.�The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include:� �1)�������� a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.sam.gov). �e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include both the design & construction team. 4) Capabilities and experience with federal projects in design and construction of complete fire alarm replacements in the $800K - $1.2M range.� Submitted references should highlight recent and relevant design-build projects in fully occupied facilities within the past five (5) years. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $800K - $1.2M range. 7) Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Please review the attached Scope Questionnaire.� This information provides industry knowledge to the Project Team.� Any recommendations, comments should be included with your submission. Responses should be emailed not later than the date specified in this sources sought notice as follows: kimberlym.johnson@gsa.gov � Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 1:00 p.m. Pacific Time, January 27, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fbdd1f48b4f447ceb3d66f8489fdaaf0/view)
 
Place of Performance
Address: Sumas, WA 98295, USA
Zip Code: 98295
Country: USA
 
Record
SN05533551-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.