Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098

US 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