Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
SOLICITATION NOTICE

Z -- Upgrade Fire Detection System at MDC Los Angeles

Notice Date
5/21/2021 7:55:01 AM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B60621B00000002
 
Response Due
6/2/2021 12:00:00 PM
 
Archive Date
06/17/2021
 
Point of Contact
Martin Guidry, Phone: 9723524514
 
E-Mail Address
mguidry@bop.gov
(mguidry@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Federal Bureau of Prisons (FBOP) is issuing solicitation 15B60621B00000002 for the award of a firm-fixed-price construction contract for a project entitled Upgrade Fire Detection System at the Metropolitan Detention Center (MDC Los Angeles), located in Los Angeles, California. MDC Los Angeles is a federally owned facility located at 535 N. ALAMEDA ST Los Angeles, CA 90012 it is utilized for detention of both male and female occupants prior to and during court hearings as well as inmates serving sentences. Constructed in the late 1980s, MDC Los Angeles is a 10-story building with a basement, with approximately 162� of occupiable space and 272,000 square feet (SF) floor space. The work included in this contract includes but is not limited to: a. New addressable, automatic and manual fire alarm system for entire building. The Contractor will provide detailed shop drawings, prepared as a delegated-design submittal, and sealed and signed by a qualified design professional (NICET Level 3 minimum or Licensed Professional Engineer). b. The system must include a voice evacuation system as an integral part of the fire alarm system. Voice evacuation speakers are required throughout every area that requires audible notification. c. Fire-fighters two-way communication system must be provided.� Firefighter�s two-way communication phones must be provided throughout requires locations on every floor. d. The wiring system for this system must meet Level 3 Pathway Survivability, which will required 2-hour rated cables inside metallic conduits in this sprinklered building. All other wiring must meet Level 1 Pathway Survivability. e. The new fire alarm system will be monitored and controlled using new UL listed central monitoring and control workstation desktop computer connected to the new fire alarm system network. The Control Room will be the location of the workstation and used as an on-premise proprietary monitoring station. f. Select floors will be equipped with a Fire Alarm Control Units (FACU). The FACUs will generally serve floors above and below the floor where FACU is located. g. Select floors will be equipped with one or more remote booster power supply (NAC) units and voice evacuation amplifiers for notification appliance circuits. h. All floors above first floor will be equipped with a graphic remote annunciator near a guard stations. i. The new fire alarm network, including voice evacuation system and twoway fire-fighters communication system, will be connected as a Class X system using copper. Two-way firefighters communication system must meet Level 3 Pathway Survivability. All other wiring must meet Level 1 Pathway Survivability. j. Initiating circuits will be Class A. Each floor will have a combination of manual pull stations and automatic detectors. k. Notification circuits will be Class B. All areas must have complete notification appliance coverage throughout the building. l. Mechanical units, including roof top units and fan coil units, will be interfaced with fire alarm system for fan shut down. m. All fire sprinkler system risers flow and tamper switches will be interfaced with the fire alarm system. n. Post Indicator Valves (PIV) located on the exterior around the site will be interfaced with the fire alarm system. New underground conduit will be required for all PIV locations. o. Kitchen Fire Suppression (Ansul) systems will be interfaced with the Fire Alarm System. p. Other Fire Suppression systems, i.e. storage units with chemical or preaction systems, will be interfaced with the Fire Alarm System. q. Programming and configuration of the fire alarm network, central monitoring and control workstation, fire alarm control units and all associated devices and equipment. r. Testing, inspection and commissioning of the entire system and all associated devices and equipment. s. New 20A, 120V circuit breakers and power branch circuits from existing power panel boards to supply FACU and NAC units in each building. t. While there are some ceiling and side access panels and hatches available, the ceiling space is congested with existing utilities in many locations. Contractor will be responsible for cutting/patching of ceilings and walls will be required to install new conduit and wiring in existing ceiling spaces. u. It is expected that hazardous material, including but not limited to, lead based paints and asbestos will be present at the site. Contractor is responsible for avoiding disruptions to the hazardous material where possible. Where disruption is necessary, provide mitigation as required to complete the scope of work. v. Many of the walls are CMU/Concrete construction which will require core drilled penetrations to run the new conduit system. w. Certifications by Contractor�s design professional stating that the installation was completed based on the detailed shop drawings and meets all applicable Code requirements and regulations. See the Statement of Work/Specifications attachment included with the solicitation posting for the complete requirements of the work. The performance period for the project will be 441 Calendar Days from issuance of the notice to proceed. The NAICS code for this requirement is 238210 with a corresponding small business size standard of $16.5 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.) The solicitation will be distributed solely through the Contract Opportunity website at https://beta.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. The ""Sensitive /Secure package Upload"" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active Beta.SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from beta.SAM.gov will be granted access. If your firm does not have the NAICS code listed in beta.SAM.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access. If you encounter problems accessing these documents, please contact the Federal Service Desk at 866 -606 -8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://beta.sam.gov. In order to qualify for award, your business size metrics information entered in your beta.sam.gov SAM registration must be less than or equal to the size standard specified above. Each bidder's beta.SAM.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their beta.SAM.gov registration and update as necessary, including the size metrics information. This is a 100 percent small business set-aside. You must be registered in beta.SAM.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your beta.SAM.gov registration).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/165f111552994bd498c77b6cb2ec4e6e/view)
 
Place of Performance
Address: Los Angeles, CA 90012, USA
Zip Code: 90012
Country: USA
 
Record
SN06009934-F 20210523/210521230106 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.