Base-Wide Fire Alarm System Upgrade, PEASE NH Air National Guard
Sources Sought - W912WJ19X0036 The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project to modernize the Base-wide Fire Alarm System a... Sources Sought - W912WJ19X0036 The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project to modernize the Base-wide Fire Alarm System at Pease Air National Guard Base, Newington, NH. This announcement is to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business and Small Business concerns as described below. The NAICS code for this procurement is 238210. The project is planned to be issued on or about January 2020. The construction is expected to take approximately one year. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The project is an upgrade to the Base-wide Fire Alarm System. Currently the Base does not have a centralized base-wide fire alarm control system that meets UFC 3-600-01 standards. The fire alarm panels do not report via radio based transmission to a central system at the fire station. In addition, many older building fire alarms are not addressable and cannot integrate into an Emergency Mass Notification Warning System as required by the New Hampshire Air National Guard The project includes replacing the fire alarm systems with primary receiving and dispatching systems with redundancy. It includes replacing non-compliant, non-addressable fire alarm control panels with addressable wireless control panels and transceivers with capability to report by radio transmission to a Monaco D-21 Central Receiving System. There are approximately 20 buildings slated for this upgrade. Under the authority of FAR 6.302-1, the U.S. Army Corps of Engineers intends to require, on a sole source basis, purchase and installation of certain Monaco Enterprises fire alarm system panels and transceivers for the project. The planned project work entails removal of existing wiring and panels, installation of new wiring and panels, installation of antennas, and testing of installed equipment. The project will require the participation of a Qualified Fire Protection Engineer (QFPE) for installation and testing of fire alarm panels in accordance with UFC 3-600-01. Per UFC 3-600-01, a QFPE is an individual who is a registered professional engineer who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying and has relevant fire protection engineering experience. Please provide up to five examples of projects substantially completed within the last seven years in which you have demonstrated the following construction capability and identify your role in the project(s): • Experience installing fire alarm systems. Indicate the system type installed and identify if the system was compatible with a Monaco D-21 Central Receiving System. Describe the relevant buildings/facilities and the project scope. Indicate the total dollar amount, the amount for which your firm was responsible, and the amount attributable to fire alarm system installation. Indicate if your firm was the prime contractor or a subcontractor. Indicate if your firm directly performed fire alarm system installation work. • For each listed project, indicate the location of project, whether it was a federal or private contract, and the construction start and completion dates. • For each listed project, indicate if the project required the services of a QFPE, where QFPE is defined above. Indicate the services performed by the QFPE and the QFPE employer's name. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and specific examples of past experience in performing the work requirements stated above. The project examples must have been performed within the last seven years. The package must show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort. Please include a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Proof of bonding capability must be submitted with the package. Responses are due by September 4, 2019. Responses should be emailed to Elizabeth.K.Glasgow@usace.army.mil. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »