Sam Rayburn Powerhouse Fire Protection and Mass Notification Project

From: Federal Government(Federal)
W912BV24SS001

Basic Details

started - 09 Apr, 2024 (20 days ago)

Start Date

09 Apr, 2024 (20 days ago)
due - 09 May, 2024 (in 9 days)

Due Date

09 May, 2024 (in 9 days)
Bid Notification

Type

Bid Notification
W912BV24SS001

Identifier

W912BV24SS001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE ARMY (133179)USACE (38150)SWD (3869)W076 ENDIST TULSA (87)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT SYNOPSISForSam Rayburn Powerhouse Fire Protection and Mass Notification Project Jasper County, TX.This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDEDFROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.The U.S. Army Corps of Engineers – Tulsa has been tasked to solicit for and award a contract for Sam Rayburn Powerhouse Fire Detection and Mass Notification Project, in Jasper County, Texas. The proposed design-bid-build project will be procured as a competitive, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the Lowest Price Technically Acceptable approach, tradeoffs will not be permitted. The type of
set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.The Government is seeking qualified, experienced sources capable of performing the following:There is no existing fire alarm system at the location.New fire alarm and mass notification system is to be designed in accordance with NFPA 72 and UFC 3-600-01, covering the entire powerhouse.There will be concrete drilling required to extend fire alarm network throughout the powerhouse.Installation of new master FMCU located in the control room that is capable of receiving inputs from addressable, zoned detection devices and is capable of relaying hazard signals to addressable notification appliances including voice alarm, sirens, and strobe lights.Installation of three local stations that are fully integrated into the FMCU.Each local station will have a microphone station to make it possiblefor an operator to be heard over the mass notification system.Local station microphone will temporarily override pre-recorded voice notification andother audible signals, but will not override strobes (visual notification.)Installation of new addressable smoke detectors, heat detectors, manualpull stations, and input relays in the locations covering the entire inside of the powerhouse. Installation locations and number of detectors and pull stations shall be in accordance with NFPA 72 and UFC 3-600-01 for every zone.Installation of new addressable notification appliances to include, butnot limited to, voice alarms, sirens, strobe lights, relay outputs to theannunciation system, to HVAC control panels for shutdown, and to elevatorcontrol panels for shutdown. The number and locations of notificationappliances shall be in accordance with NFPA 72 and UFC 3-600-01 for everyzone in the powerhouse.Testing and commissioning of the new Fire Detection System.Provide service contract for the duration of five years after theinstallation of the Fire Detection System. Service contract will includerepair of the installed system, regular maintenance, and regular testing perNFPA 72.In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $500,000 and $1,000,000. Estimated construction duration of the project is 365 calendar days.The North American Industry Classification System code for this procurement 238210 (Electrical Contractors and Other Wiring Installation Contractors) which has a small business size standard of $19M.The Product Service Code is: N063 (Installation Of Equipment- Alarm, Signal, and Security Detection Systems)Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 75% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 75% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a small business subcontracting plan should this action be solicited as full and open competition and an award is made to a large business firm.Prior Government contract work is not required for submitting a response to this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.Anticipated solicitation issuance date is on or about 30 September 2024, and the estimated proposal due date will be on or about 30 October 2024, The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:Firm’s name, address, point of contact, phone number, and e-mail address.Firm’s interest in bidding on the solicitation when it is issued.Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years):Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable.Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 9 MAY 2024 All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.

Brookeland ,
 TX   USALocation

Place Of Performance : N/A

Country : United StatesState : TexasCity : Brookeland

Office Address : KO CONTRACTING DIVISION 2488 E 81ST STREET TULSA , OK 74137-4290 USA

Country : United StatesState : OklahomaCity : Tulsa

Classification

naicsCode 238210Electrical Contractors and Other Wiring Installation Contractors
pscCode N063Installation of Equipment: Alarm, Signal, and Security Detection Systems