SOURCES SOUGHT
Z -- Fire Detection and Alarm System at FCC Lompoc
- Notice Date
- 4/7/2023 1:17:40 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FAO GRAND PRAIRIE TX 75051 USA
- ZIP Code
- 75051
- Solicitation Number
- 15B61723PR000238
- Response Due
- 4/14/2023 12:00:00 PM
- Point of Contact
- Martin Guidry, Phone: 2025986067
- E-Mail Address
-
mguidry@bop.gov
(mguidry@bop.gov)
- Description
- THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR BIDDERS TO RESPOND TO THIS OPPORTUNITY. PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED. Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment (see attached) to Martin Guidry email: mguidry@bop.gov.� Responses must be received no later than April 14, 2023.� Interested vendors must also add their names to the Interested Vendors List for this posting in www.sam.gov Contract Opportunity (must be logged-in to your vendor account). The Federal Bureau of Prisons (FBOP) anticipates issuance of a solicitation 15B61723PR000238 for the award of a firm-fixed-price construction contract for a project entitled Fire Detection and Alarm System, at the Federal Correctional Complex (FCC Lompoc), located in Lompoc, California. FCC Lompoc is a federally owned facility located at 3901 Klein Blvd., Lompoc, California 93436.� The Work of Project is defined by the Contract Documents and consists of the following: 1. FCC Lompoc consists of following institutions and support buildings below: a. 1 medium security (fenced) correctional institution � The fire alarm upgrade will be under FCI Medium Facility package. b. 1 low facility (fenced) correctional institution � The fire alarm upgrade will be under FCI Low Facility package. c. 2 minimum security (non-fenced) institutions, support buildings such as Training Center, Powerhouse, Armory, UNICOR, Transportation building, etc. � The fire alarm upgrade will be under the FCC Site Wide. 2. The FCC Site Wide scope of this package includes institution and buildings outside of the two fenced correctional institution. The work included in this contract includes but is not limited to: a. New addressable, automatic and manual fire alarm system for all system for all building on site as shown on the plan. The Contractor will provide detailed shop drawings prepared, sealed and signed by a qualified design professional. b. 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 Medium Facility Control Room, Low Facility Control Room will be the location of the workstation and used as a proprietary monitoring station. Another set of UL listed workstation will be located will be located at the Communication Room, third floor of Administration building under the Medium Facility Fire Alarm Upgrade Project. c. Site exterior work includes providing new underground and aboveground pullboxes, trenching and providing concrete encased underground conduit systems. A limited portion of existing underground conduit systems and existing manholes and pullboxes will be used in the scope of this project. The existing manholes and pullboxes will be connected to the new conduit and pullbox system. d. Interface Medium, Low, and Site Wide Fire Alarm Control Unit (FACU. e. Excavation, backfill and repair of grade in various condition including but not limited to dirt/turf, traffic rated concrete and asphalt areas, concrete walkways will be required for the site exterior work. f. Various buildings on site will be equipped with FACU as shown on Plan. A very limited number of small building will be served by the FACU from adjacent buildings. g. The new fire alarm network will be a Class A system using fiber optic cables. Each building will include a fiber patch panel in a fiber termination unit where the fiber network can be patched in and out. The fiber optic cable loop will be connected from the fiber termination unit for each building to the FACU located in each building. h. Each building will be equipped with one or more remote booster power supply (NAC) units for notification appliance circuits. i. Initiating circuits will be Class A. Building will have manual pull stations or automatic smoke detections or combination of both. j. Notification circuit will be Class B. Each building will have complete notification appliance coverage. k. Mechanical units, including roof top units and fan coil units, will be interfaced with fire alarm system for fan shut down. l. All fire sprinkler system risers flow and tamper switches will be interfaced with the fire alarm system. m. Post Indicator Valves (PIV) located on the exterior around the site will be interfaced with the fire alarm system when contact is available. New underground conduit will be required for PIV locations. n. Programming and configuration of the fire alarm network, central monitoring and control workstation, fire alarm control units and all associated devices and equipment. o. Programming provision should be included to interface with the other facility and site wide fire alarm system. p. Testing, inspection and commissioning of the entire system and all associated devices and equipment. q. New 20A, 120V circuit breakers and power branch circuits from existing power panelboards to supply FACU and NAC units in each building. r. While there are some ceiling and side access panels and hatches available, the ceiling space is congested with existing utilities in many locations. The roof construction is sloped/pitched for all buildings causing ceiling space to be reduced near exterior walls. Contractor will be responsible for cutting/patching of ceilings and walls will be required to install new conduit and wiring in existing ceiling spaces. s. 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, contractor shall notify Architect and Owner. Owner will remove hazardous materials under a separate contract. It is the responsibility of the Contractor to inform the Owner at least 3 weeks ahead of time prior to any work to be performed to avoid delay of construction. Owner will remove hazardous materials under a separate contract. t. Majority of the walls are CMU/Concrete construction which will require core drilled penetrations to run the new conduit system. See the Statement of Work/Specifications attachment for the complete requirements of the work. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the is More than $10,000,000. (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 North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your www.sam.gov registration. Interested bidders must be registered in www.sam.gov. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your www.sam.gov registration must be less than or equal to the small business size standard specified above. Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Martin Guidry email: mguidry@bop.gov.� Responses must be received no later than April 14, 2023.� Interested vendors must also add their names to the Interested Vendors List for this posting in www.sam.gov Contract Opportunity (must be logged-in to your vendor account).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0a4e4fab8aa40b0b91eed1cad64fed0/view)
- Place of Performance
- Address: Lompoc, CA 93436, USA
- Zip Code: 93436
- Country: USA
- Zip Code: 93436
- Record
- SN06644845-F 20230409/230407230106 (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 |