Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

Z -- FCC Terre Haute - Upgrade Fire Alarm System

Notice Date
9/21/2023 6:32:51 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
15BFA023B00000041
 
Response Due
10/24/2023 11:15:00 AM
 
Archive Date
11/08/2023
 
Point of Contact
Trisha Holm, Phone: 202-598-6052
 
E-Mail Address
tmanderson@bop.gov
(tmanderson@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
09/21/2023: Amendment 0001 issued. This amendment incorporates site visit meeting minutes, updates the wage determination, updates three clauses incorporated by reference, and extends the Bid Opening Date to Tuesday, October 24, 2023 at 1:15 PM CST. See attachments for complete details. NOTE:�Responses to Bidder Questions are expected to be issued via an additional amendment at a later date.� 8/25/2023: The Federal Bureau of Prisons (FBOP) herein issues solicitation 15BFA023B00000041 for the award of 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. 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 and $5,000,000. (NOTE: This range is one of eight 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. The solicitation will be distributed solely through the website at https://sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. 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 the System for Award Management (SAM) at https://sam.gov. If you have questions about SAM, Government procurements in general, or need assistance in the preparation of your bid/proposal/offer, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/811aef6b2888418aadd5d204db502654/view)
 
Place of Performance
Address: Terre Haute, IN 47802, USA
Zip Code: 47802
Country: USA
 
Record
SN06840694-F 20230923/230921230530 (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.