Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP330019B0005
Installation Fire Alarm System Repairs. Contractor shall provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation for the Installati...
Installation Fire Alarm System Repairs. Contractor shall provide construction services to include all labor, management, supervision, tools, materials, equipment, and transportation for the Installation and Fire Alarm System Repairs in numerous buildings at DLA Defense Distribution Susquehanna, PA in accordance with specifications and drawings. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize himself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. The scope of work includes but is not limited to the following: 1. PROJECT REQUIREMENTS Project Description: Provide the necessary labor, material and/or equipment to complete the project. Work tasks include, but are not necessarily limited to the following items: • Remove existing Siemens MXL/MXL-IQ fire alarm systems control panels and associated addressable devices located in buildings identified by the contract documents, and replace them with new fire alarm devices at the same locations. • Remove existing, obsolete fire alarm systems control panels and associated addressable devices and notification devices located in buildings identified by the contract documents, and replace them with new fire alarm systems and devices as indicated. • Remove existing fire alarm transmitter/transceivers and their associated RF antennas located in/on buildings identified by the contract documents, and replace them with new devices at the same locations. • Field upgrade existing fire alarm transceivers located in buildings identified by the contract documents. • Field upgrade existing, current generation Siemens fire alarm control panels and their associated transceivers in buildings identified by the contract documents to allow communication of point addressable information from the building fire alarm systems to the base monitoring system head-end equipment in Buildings 104 and 911. • Furnish and install soft keys on fire alarm control panels in buildings identified by the contract documents. Program soft key functions as indicated by the contract documents. • Furnish clear, tamperproof, polycarbonate covers with piezo horns and install for all pull stations identified by the contract documents. Period of Performance: Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and complete the entire work ready for use within 365 calendar days from receipt of the NTP. Working Hours: The majority of the work to be performed shall be during regular working hours which consist of an 8½ hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1530, excluding Government holidays. Please note that this project may require work outside of regular working hours. This acquisition is set-aside 100% for Small Business concerns. The PSC Code is Z2GZ - Repair or Alteration of Other warehouse buildings. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $1,000,000.00 and $5,000,000.00. The tentative timeframe for issuance of Invitation for Bid (IFB) SP3300-19-B-0005 for the above stated requirement is on or around July 8, 2019. A pre-proposal/site visit will be conducted. The exact date and time for the pre-proposal/site visit will be stated in the solicitation package. The solicitation will also establish the bid opening date and time. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.