|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098US Department Of Energy Albuquerque Operations Office, Contracts and
Procurement Division, PO Box 5400, Albuquerque, NM 87185-5400 Mexico
87185-54 12 -- FIRE ALARM PANEL SYSTEM UPGRADE FOR THE DEPARTMENT OF ENERGY
(DOE), ALBUQUERQUE OPERATIONS OFFICE (AL) SOL DE-RP04-98AL78158 DUE
052698 POC Rosa M. Amparan, Contract Specialist, 505-845-5278.
Mary-Lynn C. Hartford, Contracting Officer, 505-845-4661. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will NOT be issued. This solicitation is being
issued as a Request for Proposal (RFP) under solicitation number
DE-RP04-98AL78158. The solicitation number shall be referenced on all
offers. The Government intends to contract with Honeywell, Inc., 3320
Candelaria NE, Albuquerque NM, 87107, on a sole source basis, as
Honeywell Inc. has proprietary rights. The sole source authority is 41
U.S.C. 253 (c)(1), which allows procurement from the original source
for continued development or production of a major system or highly
specialized equipment, including major components thereof, and award to
any other source would result in substantial duplication of cost to the
Government that is not expected to be recovered through competition, or
award to any other source would result in unacceptable delays in
fulfilling agency's requirements (see 41 U.S.C. 253 (d)(1)(B)).
Existing central fire alarm room equipment is Honeywell Inc.'s Delta
1000 central processors and peripherals. No other brand of equipment or
parts can be used with the existing equipment due to data transmission
and physical configuration incompatibility. Use of other brand of
equipment would not be economically feasible due to required change out
of all existing central alarm room equipment and field data gathering
panels. Although the Government intends to solicit and negotiate with
only one source, all responsible sources may respond and will be
considered by the Government. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. For information purposes, the recommended
Standard Industrial Classification (SIC) Code for this procurement is
1731, with a corresponding size standard of $7.0 million (indicates
maximum annual receipts allowed for a concern, including its
affiliates, to be considered small). Firms responding should indicate
whether or not they are small business, small women-owned business,
small disadvantaged business, or an 8(a) business. This solicitation is
for the upgrade of the existing Fire Alarm Panel System for the DOE-AL.
The contractor shall provide all supervision, materials, supplies,
equipment, services, labor, insurance, and incidentals to provide the
following Line Items: 1.00. 180 LABOR HOURS -- Remove the existing
Central Annunciator Panel (CAP) from Building 20380 and install a new
Personal Computer (PC) type CAP with appropriate programming onto a
Government supplied PC, providing alarm notification from all panels
currently monitored by the existing CAP, which shall include the DOE/AL
Energy Training Complex, 1401 Maxwell St., KAFB West, 87118; DOE/AL
Albuquerque Courier Section, KAFB East, NCO Bypass Road, 87185; and
DOE/AL/SNL National Atomic Museum, KAFB East, Building 20358, Wyoming
Blvd., 87185. All panels communicate with the KAFB 449 Communications
Center on Delta 1000. The labor hours for line item no. 1.00 shall be
used to provide the following part: 1.01. 1 EACH -- S1003 DPC Software.
2.00. 14 LABOR HOURS -- Replace the existing Honeywell FS20 FAP at ETC
Building 1900 with a Honeywell FS9024Z8B FAP, including all necessary
rewiring, programming and removal of extraneous wiring. The labor
hours for line item no. 2.00 shall be used to provide the following
parts: 2.01. 1 EACH -- 14505104-005 Deltanet Fire & Security Panel
Control Board (CA) replaces 14505104-002 SLP; 2.02. 3 EACH --
14505145-001 Power Supply Cable; 2.03. 3 EACH -- 14505146-001 Card
Retainer; 2.04. 3 EACH -- 14505148-001 Power Supply; 2.05. 2 EACH --
14505151-005 BackBox 2-UP; 2.06. 2 EACH -- 14505152-002 Cover 2-UP;
2.07. 2 EACH -- 14505154-001 Ribbon Cable, Inside; 2.08. 2 EACH --
14505377-001 Battery Wiring Harness; 2.09. 6 EACH -- 14506056-001
Battery; 2.10. 3 EACH -- 14505102-004 Motherboard IACP; 2.11. 12 EACH
-- 14505108-001 Deltanet F&S Initiating 4-Wire Board (AB) SLP; 2.12. 8
EACH -- 14501600-001 Resistor ASM PPK End of Line Resistor, 1.91K OHMS
Single Zone Fire Alarm Panels; 2.13. 4 EACH -- 14505110-002 Deltanet
Fire & Security Panel 2-Wire Indicating Circuit Board with Relays (BF)
SLP; 2.14. 1 EACH -- 14505122-001 Communication Board Delta 1000, DC,
-2 Wire-LB SLP; 2.15. 1 EACH -- 14506408-002 Battery Capacity Module
For FS90 Fire Alarm Systems. 3.00. 38 LABOR HOURS -- Relocate and
replace the F520 FAP with a FS9016Z2B in Building 20385 from the
basement to the first floor, northeast exit foyer on the north wall
adjacent to the telephone panel. The labor hours for line item no. 3.00
shall be used to provide the following parts: 3.01. 1 EACH --
14505104-005 Deltanet Fire & Security Panel Control Board (CA) Replaces
14505104-002 SLP; 3.02. 2 EACH -- 14505145-001 Power Supply Cable;
3.03. 2 EACH -- 14505146-001 Card Retainer; 3.04. 2 EACH --
14505148-001 Power Supply; 3.05. 1 EACH -- 14505151-005 BackBox 2-UP;
3.06. 1 EACH -- 14505152-002 Cover 2-UP; 3.07. 1 EACH -- 14505154-001
Ribbon Cable, Inside; 3.08. 1 EACH -- 14505377-001 Battery Wiring
Harness; 3.09. 4 EACH -- 14506056-001 Battery; 3.10. 2 EACH --
14505102-004 Motherboard IACP; 3.11. 8 EACH -- 14505108-001 Deltanet
F&S Initiating 4-Wire Board (AB) SLP ; 3.12. 2 EACH -- 14501600-001
Resistor ASM PPK End of Line Resistor, 1.91K OHMS Single Zone Fire
Alarm Panels; 3.13. 1 EACH -- 14505110-002 Deltanet Fire & Security
Panel 2-Wire Indicating Circuit Board with Relays (BF) SLP; 3.14. 1
EACH -- 14505122-001 Communication Board Delta 1000, DC, -2 Wire-LB
SLP; 3.15. 1 EACH -- 14506408-002 Battery Capacity Module For FS90 Fire
Alarm Systems. 4.00. 100 LABOR HOURS -- Remove existing Halon Alarm
Panels from Building 20385, CCF area and Building 20397, SECOM area.
The existing wiring into these panels are to be rewired into the new
panel on the first floor. 5.00. 16 LABOR HOURS -- Training (multiple
sessions if necessary) on the use of the new CAP to DOE personnel and
other interested parties as directed.; 6.00. 1 LUMP SUM -- New Mexico
Gross Receipts Tax (NMGRT), which is only applicable to Labor Services
(Item Nos. 1.00., 2.00., 3.00., 4.00., and 5.00.). All labor and parts
shall be provided in accordance with the Statement of Work (SOW), as
follows: The contractor will be required to adhere strictly to all
applicable regulations, standards, codes and DOE Orders governing the
performance of this work: National Fire Protection Association Codes 70
and 72; Title 29 Code of Federal Regulations, Part 1910 and 1926; and
DOE Order 440.1, Worker Protection Management for DOE Federal and
contractor Employees. Where there is a conflict in the applications of
these requirements, the more stringent shall prevail. The contractor
will be required to submit a detailed work plan of procedures proposed
for use in complying with the requirements of these specifications.
The plan shall include the sequencing of current system shut-down and
restart, the work schedule including the work shift and number of
employees, the interface of other construction trades involved in the
performance of the work, the specific methods and procedures to be used
to ensure the safety of workers, building occupants and visitors to the
project site, and a Preliminary Hazard Analysis that documents each
work activity to take place, the hazards commonly associated with the
activities and an appropriate means of eliminating or controlling those
hazards. The plan shall also be approved by the contracting Officer
(CO), or his/her designated representative(s), prior to commencement of
work. The contractor will be required to submit a contingency plan for
emergencies including fire, accident, power failure or any other event
that may require modification of the work procedures. The contractor
will be required to post, at the job site, a complete listing of
telephone numbers and locations of their safety representative or
officer, and emergency services including but not limited to fire,
ambulance, doctor, hospital, police, power company and telephone
company. The contractor will be required to submit the following to the
CO, or his/her designated representative, prior to the start of work
for review. Work shall not begin until all notices and submittals are
reviewed and approved by the CO or his/her designated
representative(s): Detailed Work Plan of Procedures; and a signed
statement by both the contractor and CO or his/her designated
representative(s) indicating that both parties have inspected and agree
on the condition of the existing alarm systems such that they will
function properly with the new CAP installation. The contractor will be
required to provide a signed statement acknowledging that the
contractor has completed the project and satisfied themselves to the
conditions affecting the work including, but not limited to physical
conditions of the equipment, and access to other required utilities
that otherwise affect performance of work; Contingency Plan; and
Preliminary Hazard Analysis. Except as otherwise indicated, the
contractor will be required to submit special reports directly to the
Government within one day, or earlier as required by applicable
regulations, of an occurrence requiring special report, with a copy to
the CO, or his/her designated representative(s), and others affected
by the occurrence. The contractor will be required to prepare and
submit reports of significant accidents/incidents at the project site.
The contractor shall record and document data and actions complying
with applicable General Construction Industry standard regulations. For
purposes of this requirement, a significant accident is defined to
include events where personal injury is sustained, or where the event
posed a significant threat of loss or personal injury. Any
accident/incident shall be reported immediately to the CO or his/her
designated representative(s). The accident/incident report shall be
completed on DOE's F 5484.3 Accident/Incident Report form. The CO, or
his/her designated representative(s), shall inspect all affected CAP
system operations when the contractor has given notice that the work is
complete. Upon verification by the CO, or his/her designated
representative(s), the contractor shall submit documentation to DOE/AL
that the specifications within the SOW have been met and that the
installation and training is complete. Delivery shall be F.O.B. Point
Destination and within 30 days after contract award. Provision
52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition. The evaluation procedures that will be used are offers
will be evaluated on the basis of technically acceptable, lowest
overall price. Provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, applies to this acquisition and the
Offeror shall include a completed copy of this provision. The Offeror
shall also include a completed copy of Clause 52.222-48, Exemption From
Application Of Service Contract Act Provisions For contracts For
Maintenance, Calibration, and/or Repair Of Certain Information
Technology, Scientific And Medical and/or Office And Business Equipment
-- contractor Certification. Clause 52.212-4, contract Terms and
Conditions-Commercial Items, applies to this acquisition. Clause
52.212-5, contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, applies to this acquisition and
the FAR clauses, which are cited in this clause are applicable to this
acquisition as follows: 52.22-26, Equal Opportunity; 52-222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212); 52-222-36, Affirmative Action for Handicapped
Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era (U.S.C. 4212); and 52.225-3,
Buy American Act-Supplies (41 U.S.C. 10). All FAR provisions and
clauses referenced in this solicitation are available in full text at
the following website location: http://www.doeal.gov/cpd/acq-dig.htm.
Only written offers in response to this solicitation will be accepted
and shall be mailed to the attention of Ms. Rosa M. Amparan at the
address listed herein on or before 5/26/98, not later than 3:00 p.m.,
local time for Albuquerque, NM. Responses to this solicitation should
include sufficient technical information as to how the Offeror intends
to meet the requirements in order to determine if the Offeror can meet
the needs of the Government. The Government intends to award without
discussions, however, this intent does not preclude the Government from
having discussions, if it is in the best interest of the Government.
The anticipated award date is May 29, 1998. Please contact Ms. Rosa M.
Amparan, contract Specialist, for information regarding the
solicitation. (0135) Loren Data Corp. http://www.ld.com (SYN# 0169 19980519\12-0002.SOL)
12 - Fire Control Equipment Index Page
|
|