Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B30119B00000001
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICI...
THIS IS A SYNOPSIS OF PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT BIDS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING OF THE SOLICITATION. The Federal Bureau of Prisons (FBOP) anticipates issuance of solicitation 15B30119B00000001 for the award of a firm-fixed-price construction contract for a project entitled Replace Fire Alarm System at the United States Penitentiary (USP) located at 601 McDonough Boulevard SE in Atlanta, Georgia 30315. The anticipated performance period for the project will be 455 calendar days from issuance of the Notice to Proceed. Background USP Atlanta currently has Notifier NFS 640 fire alarm panels located in each building throughout the institution and the shared facilities. Each building area contains one or more remote annunciation panels located in accessible areas for code compliance and the USP control center has an existing Desigo CC Network Fire Control Console. Each building contains Notifier NFS 640 and MXL compatible relay interface devices for Building Automation System integration. The alarm system for the institution also encompasses outbuildings around the institutional grounds. These buildings are comprised of the Institutional Warehouse, UNICOR Warehouse, UNICOR Recycling/Facilities, Food service Warehouse, Training Center, Camp Administration, Camp Dorms, Emergency Preparedness Building, Armory, Garage, and the Administration Building that will require to be annunciated at the control console located in the USP Control Center. The current fiber optic cable needs to be upgraded to 24 strand single mode fiber. Additionally, these areas will require FACP, initiating device, notification appliance, and peripheral upgrades with this project. Scope The FBOP is seeking to replace the existing fire alarm system (with an addressable devices/module) with panels communicating via fiber-optic network. The annunciation of all messages and panel/device status shall interface with existing network control console touch screen interface in each institutions respective control center. Each panel will report to the control console located within the control center of the respective area within each institution. The replacement system shall utilize only those devices and components UL listed for use as a Fire Alarm System in accordance with NFPA 72 2019. It is the intent of the Institution to reduce the number of initiating devices considering cost effectiveness and as allowable by code. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $1,000,000 and $5,000,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range). The North American Industrial Classification System (NAICS) code applicable to this requirement is 238210 with a corresponding small business size standard of $15.0 million. This is a 100% total small business set-aside. All responsible small business sources are encouraged to submit a bid which will be considered for award. Faith-Based and Community-Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Interested bidders must be registered in the SAM at www.sam.gov. IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov. In order to qualify for award, your business size metrics information entered in your SAM registration must be less than or equal to the small business size standard specified above. Each bidder's SAM registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their SAM registration and update as necessary, including the size metrics information. The solicitation will be available approximately on or about May 3, 2019. The solicitation will be distributed solely through the Federal Business Opportunities (FBO) website at www.fbo.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. The "Sensitive /Secure package Upload" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active FBO vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from SAM will be granted access. If your firm does not have the NAICS code listed in SAM required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access. If you encounter problems accessing these documents, please contact the Federal Service Desk at (866) 606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.