COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS
63 -- DESIGN-BUILD A REPLACEMENT SITE-WIDE FIRE ALARM SYSTEM
- Notice Date
- May 11, 2001
- Contracting Office
- University of California, Los Alamos National Laboratory, P.O. Box 1663, Mail Stop M986, Los Alamos, New Mexico 87545
- ZIP Code
- 87545
- Solicitation Number
- 13568-025
- Response Due
- June 15, 2001
- Point of Contact
- Gordon Bergman, Contract Administrator, 505-665-2633
- E-Mail Address
- gbergman@lanl.gov (gbergman@lanl.gov)
- Description
- A. Firms interested in participating in the two-phased selection process for this design/build project should submit an expression of interest to the point of contact (POC) shown above. B. This project consists of the Design/Build of a replacement Site-Wide Fire Alarm System (SWFAS). The primary objective of the Site-Wide Fire Alarm System Replacement Project (SWFARSP or the Project) is to separate the fire alarm system from the Basic Rapid Alarm Security System (BRASS). To accomplish this, a communications system will be set up that will require that a certain (as yet undetermined) number of dedicated telephone lines be added to the Los Alamos National Laboratory (LANL) system in accordance with National Fire Protection Association (NFPA) 72. C. In addition, certain Fire Alarm Control Panels (FACPs) that do not have an "autodial" capability will have to be replaced. Currently the BRASS system will only communicate with two different manufacturers of microprocessor FACPs. Procurement of replacement parts for these older FACPs is becoming increasingly difficult, as certain parts are no longer being manufactured. In addition, the existing system's state of deterioration has historically led to increased operating/maintenance costs. D. The SWFARSP will include upgrades to the fire alarm dispatching capability such that these codes and standards are met. Other NFPA codes and standards are the National Electrical Code, NEPA-70, Article 760, which is applicable to low voltage wiring, and UL-827, "Standard for Safety for Central-Station Services," which provides requirements for the installation of the facilities and equipment as well as fire-alarm services. E. The Cerro Grande Recovery Project (CGRP) strategy is to build a new Emergency Operations Center (EOC) by the end of FY03. The SWFARSP will replace the most troublesome FACPs at LANL as well as install FACPs that are capable of communicating detailed fire information to the new Digital Alarm Communication System (DACS) and will include new Automation System Head-End equipment that will be compatible with EOC requirements. The new SWFAS will provide for a timely conversion of monitoring capabilities to the new EOC. Close coordination with the CGRP EOC replacement project and with the County of Los Alamos will be required for this project, since the primary head-end equipment will be installed in the EOC and a backup system will be installed in a Los Alamos County building as quickly as possible. F. In addition, the Facility Systems Laboratory (FSL) located at Building 2, Technical Area 35 will also house an Automation System for testing and simulation of new equipment. Testing and simulation at the FSL will not affect normal or emergency operations because downloads for test mode operation will be every 24 hours via a one-way data connection between the EOC and the FSL. G. This solicitation will use a best-value source selection conducted in two phases. Phase One is the pre-qualification phase using a Request for Qualifications (RFQ). Phase Two is the qualification phase using a Request for Proposal (RFP). In Phase One, prospective offerors will submit their qualification information. This information will be evaluated by the University to select the prospective offeror(s) that qualify to submit proposals in response to the RFP under Phase Two. H. In Phase One, the RFQ will be posted on or about May 24, 2001 at LANL website http://bus.lanl.gov/bus5/vendor/solicitations/default.htm with a response due on or about June 15, 2001. The RFQ will include detailed pre-qualification evaluation factors and submittal instructions. Qualification factors may include but not be limited to: (1) demonstrated successful completion of design-build projects similar to this scope of work, with a contract value of at least $20,000,000; (2) experience working with other member(s) of the proposed team on previous design-build construction projects; (3) an acceptable safety record, determined by evaluating the offeror's safety record for three annual periods by using the U. S. Bureau of Labor Statistics Guidelines to determine documented record and lost workdays from the offeror's OSHA 200 logs; and (4) a documented quality assurance program. Any subsequent revisions to the RFQ will be shown on the referenced Internet website. Although the University will not mail, fax, or e-mail the RFQ pages or any update(s) to the RFQ, the University will send e-mail notifications of updates to interested firms who register with the University for such updates, as instructed on the website. The website is occasionally inaccessible due to maintenance. The University is not responsible for any loss of Internet connectivity or for an offeror(s) inability to access the document posted at the referenced website. I. In Phase Two, the University will accept proposals, submitted in response to the RFP, only from the offeror(s) selected in Phase One.
- Web Link
- http://bus.lanl.gov/bus5/vendor/solicitations/default.htm (http://bus.lanl.gov/bus5/vendor/solicitations/default.htm)
- Record
- Loren Data Corp. 20010515/63SOL001.HTM (W-131 SN50L9G7)
| 63 - Alarm, Signal and Security Detection Systems Index
|
Issue Index |
Created on May 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|