Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2023 SAM #7852
SOURCES SOUGHT

Z -- FCC Terre Haute - Upgrade Fire Alarm System

Notice Date
5/26/2023 10:47:40 AM
 
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
15B41823PR000323
 
Response Due
6/5/2023 1:00:00 PM
 
Archive Date
06/20/2023
 
Point of Contact
Trisha Holm
 
E-Mail Address
tmanderson@bop.gov
(tmanderson@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 PRE-SOLICITATION SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE THAT 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 Trisha Holm at tmanderson@bop.gov . Responses must be received no later than June 5, 2023. Interested vendors must also add their names to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your account). The Federal Bureau of Prisons (FBOP) anticipates the need for a firm-fixed-price construction contract for a project entitled Upgrade Fire Alarm System, at the Federal Correctional Complex (FCC) Terre Haute, located in Terre Haute, Indiana. FCC Terre Haute is a federally owned facility located at 4700 Bureau Road South, Terre Haute, IN 47802. The project consists of the following: Federal Correctional Institution & Federal Prison Camp Terre Haute Fire Alarm System Replacement - � Contractor shall replace and install a new reportable standalone fire alarm system having all new state-of-the-art hardware and software.� Operability features of the panels, remote annunciator panels and associated equipment will be at minimum, equal to the current system�s capabilities, to include wiring method (Class A) and remote annunciator.� Furnish and install all required conduit, fittings, and enclosures for installation of new Edwards EST4 fire alarm systems.� Contractor shall network the system, program the fire alarm system using building identification for where the alarms are, affix identification labels on all initiating devices, pre-test, and final testing documentation of fire alarm system.� All existing fire alarm panels and the associated components removed will be disposed of in accordance with federal, state, and local guidelines. Contractor provided fire alarm system shall be non-proprietary and addressable to include programming and installation of new fire alarm panels, annunciator panels, power supplies, horn/strobe combos, strobes, pull stations, flow switches, heat detector, duct detectors, network switches, power supplies, a UL listed Fireworks Graphical Computer and Ethernet Communication Modules, where applicable. The fire alarm system shall be networked using contractor installed 24 strand single mode fiber optic and Cat 6E or better cabling. A compliment of spare system devices shall be provided by the contractor. The contractor has sole responsibility and discretion for choosing and implementing the manner and method of performing the tasks outlined in this Statement of Work as long as they do not impede or violate any Local, State, or Federal regulatory policies and/or laws and are carried out in a way to best minimize disruption of institution operations.� Contractor will field verify all quantities and dimensions. See the Statement of Work/Specifications attachment for the complete requirements for the project. Access to the specifications and drawings attachments will require an active https://sam.gov vendor registration (log in). If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. Interested bidders must be registered in the System for Award Management (SAM) at https://sam.gov. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 to $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 North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a corresponding small business size standard of $19 million. To be considered an interested vendor, you must possess this NAICS code in your https://sam.gov registration. Interested bidders must be registered in https://sam.gov. The FBOP is seeking small business contractors for this project. Your business size metrics information entered in your https://sam.gov registration must be less than or equal to the small business size standard specified above (see provision 52.219-1 in the Representations & Certifications section of your https://sam.gov registration). Interested small business contractors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Trisha Holm at tmanderson@bop.gov. Responses must be received by June 5, 2023. Interested vendors must also add their name to the Interested Vendors List for this posting in https://sam.gov Contract Opportunity (must be logged-in to your vendor account).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/478eaf4af5fc45aebc0502d50ff303cf/view)
 
Place of Performance
Address: Terre Haute, IN 47802, USA
Zip Code: 47802
Country: USA
 
Record
SN06696528-F 20230528/230526230109 (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.