Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

Navy Public Works Center, 901 M Street, S.E., Bldg. 175, Washington, DC 20374-5095

Z -- REPLACE FIRE PROTECTION SYSTEM, BUILDINGS 1 THROUGH 10, NATIONAL NAVAL MECIDAL CENTER, BETHESDA, MARYLAND SOL N68925-93-R-A335 DUE 071196 POC Rhonda Chaney, Contract Specialist, FAX (202)685-8236. The design/build solicitation is for technical and cost submissions for a complete new addressable fire alarm system and installation as a replacement for the existing Fire Life Safety System (FLSS) serving Buildings 1 through 10 at the National Naval Medical Center in Bethesda, MD. All operational parameters of the new FLSS shall be consistent with the existing FLSS except those changes which are warranted by the current NFPA or other code requirements and requirements specified herein. The design and installation of this system is expected to be completed within 12 months from the date of contract award. The new system will be a stand alone system independent of the building's security and management system. The specific requirements and descriptions of each item required are given in Section 16725 of Appendix D, Paragraph 1.4.1 and 2.2. The Scope of Work shall include the following: (a) Replace all existing alarm signal initiating appliance with ''state- of the art'' addressable devices. (b) Replace local zone controls with microprocessor based transponders. (c) Replace the annunciation panel in the Emergency Command Center. Upgrade all other panels to comply with NFPA-72. (d) Replace all existing fire alarm control panels (FACP's) with ''state-of the art'' microprocessor based fire alarm control panels. Interlink all FACPs within Buildings 1 through 10 in a supervised network. (e) Provide a system of microprocessor based field programmable FACPs, which signal the pre-alarm, normal, trouble, fire alarm status and address of all initiating devices, audible and visible indicating devices, control existing fire fighters' telephones and zone speaker systems. Visible indicating devices and fire fighter telephones need not be replaced, however, they shall be supervised through the new FLSS addressable system. Provide an interface for the FLSS network for communications between buildings and remote display/control terminal units. Provide a supervised local area network for the system complete with display terminals and interface electronics (See Paragraph 2.2.13 of Section 16725 Appendix D for CRT display requirments. (f) Replace the existing fire alarm system's operational relay network with a supervised relay network system. This system shall replace the controls for elevator capture, HVAC controls, Halon and fire extinguishing systems and fire pump controls. (g) Provide a system which shall supervise the building networks' existing firefighter's telephone systems, the building's existing indicating and notification appliances, the existing annunciator panels, all systems' wiring and control network wiring. (h) Remove all unused, accessible and existing conduits and cables which are not to be reused by the replacement FLSS system. Abandon in place all inaccessible conduits (such as those within slabs on masonry walls) and cap their exposed ends. (i) Provide a complete system fully operational system with no ground faults and (with remote graphic terminal stations as indicated in Section 3.9.1). (j) Replace the existing page-all call system with a supervised zone speaker system compatible with the new FLSS which provides existing page-all call functions. (k) All damaged surfaces and areas must be restored and refinished to match existing finishes. All fire wall penetrations must be filled with materials which shall match the fire wall rating and flame spread rating. (l) Provide a full 2 year warranty, which covers parts, materials and labor for the system. The contractor shall warrant the system to be free from defects in materials, parts and overall operation. This shll include any re-used conduits, cables and wiring. (m) Provide a complete set of drawings showing all devise locations and wiring, wiring riser diagrams; provide a complete set of operation and program manuals. (n) The contractor shall have a fully qualified quality (CQC) control representative on the job site at all times during construction. He shall be fully familiar with the project to be installed and his creditials shll be acceptable to the government. This work includes designing and providing a replacement, addressable fire alarm system as described herein for each building segment shown in sheets b1-b140 of Appendix B for the Buildings 1 through 10 of the National Naval Medical Center in Bethesda, MD. The system shall include all necessary wiring, conduits, raceways, pull boxes, terminal cabinets, outlet and mounting boxes, addressable alarm, and supervisory signal initiating devices, interfaces with existing alarm notification appliances, and all other accessories and miscellaneous items required for a complete operating system, even though each item is not specifically mentions or described herein. The offeror shall provide separate techinical, cost and business management proposals for ''design, hardware procurement and installation of an independent complete Fire Life Safety System (FLSS) in Buildings 1 through 10 at the National Naval Medical Center in Bethesda, Maryland. Cost is equal in importance to the Technical/Business Managment factors. Demonstrate your understanding of the FLSS configuration required to replace the current Fire Life Safety System. Fully Describe the alternative trade-offs that you have made in arriving at your proposed design approach. The offeror shall demonstrate his understanding of the existing fire alarm initiating devices, controls and alarm appliances and operational controls required for various alarm conditions. The offeror should also address the inherent problems associated with ''down time'' expected during replacement of the existing system within the hospital complex and how he would provide required equivalent fire alarm protection during any such ''down time''. The offeror shall discuss the proposed design approaches which meet the needs, overcome technical difficulties and satisfy the objectives of this procurement. The offeror shall as a minimum, describe his understanding and potential solution. Describe fully how the system is to be maintained, how the operational staffing requirements are to be met, the extent to which the system is self diagnostic and its ability to locate and correct problems without manual intervention. Explain the full extent and limits of your FLSS warranty. Describe how the offeror intends to replace the existing system's annunciations, controls and any ancillary displays. A proposal shall detail the sequence of construction, the time required for each phase of the construction and the sequence for transfer from the existing fire life safety to the new fire life safety system, with no expected down time. Describe the organization and the management methods that will be used for technical management of this proposed contract project. The offeror shall describe his ability to provide an on-going off-site and on-site support for this FLSS replacement project. Indicate how you plan to react to unforeseen peak work leak periods, technical problems and loss of key personnel. Provide a synopsis of your company's past technical experience on similar sized projects, which would especially qualify your company for meeting all of the requirments for this proposal, Limitations on the size of the Technical Proposal, Summary of Deviations/ Exceptions to the Techincal Proposal, Cost Proposal. The Estimated Cost Range is between $1 million and $5 million. The Standard Industrial Code is 1731. The Small Business Size Standard is $7.0 million. The Bid Opening Date is 11 July 1996. The project Site Visit is scheduled for 10:00am, 1 July 1996. Submit requests for receving plans and specifications when the become available on or about 10 June 1996 by fax to (202)685-8288, Attn: Bob Roth. There is no charge for plans and specs. One set per firm. Fax all bid inquiries to (202)685-8236. Telephone inquiries and requests will not be honored. (0108)

Loren Data Corp. http://www.ld.com (SYN# 0122 19960418\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page