Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:15B31719B00000002
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 15B31719B00000002 for the award of a firm-fixed-price construction contract for a project entitled Replace Fire Alarm System at the Federal Correctional Institution (FCI) located at 696 Muckerman Road, Bennettsville, South Carolina 29512. The anticipated performance period for the project will be 365 calendar days from issuance of the Notice to Proceed. Background FCI Bennettsville Medium currently has Notifer AFP-200 and NFS-640 fire alarm panels located throughout the main portions of the institution. Each building area contains an annunciation LCD display for the associated detection and horn/strobe circuits. All panels have relays associated with the fire alarm system that are used as a method for monitoring the status of the fire alarm system for trouble, supervisory and alarm conditions. This will be a requirement of the new system as well. The Camp Core and Camp Housing has been upgraded with Notifer NFS2-640 panel. All detection and notification devices are legacy equipment. The alarm system also encompasses outbuildings (Garage, Training Center, UNICOR Warehouse, Firing Range and Warehouse) that will require to be connected to the main panel located in the main facility. There is fiber optic cable available between each out building and the main building with the exception of the Firing Range which only has copper telco conductivity. Scope The Federal Bureau of Prisons (FBOP) is seeking to replace the existing fire alarm system throughout FCI Bennettsville (Medium). The replacement fire alarm system shall be an addressable system with all panels in a network configuration via a fiber optic backbone. The annunciation of all messages and panel/device status shall be via a touch screen interface in the Control Center. It is the FBOP's desire each building/area is serviced by its own panel to ease future maintenance and repair. Each panel will report to the main panel that will be located within the main communications shop located in the Outside Administration building (AO). The replacement system shall utilize only those devices and components UL listed for use as a fire alarm system in accordance with the current version of NFPA 72. It is the FBOP's desire to reduce the number of devices used in the new system as much as allowable by code. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $500,000 and $1,000,000. (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. 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 10, 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.