Skip to main content

An official website of the United States government

You have 2 new alerts

70159 GSA Fire Alarm Upgrade

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Feb 06, 2023 09:09 am CST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 04, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Gallup , NM 87301
    USA

Description

SOLICITATION NUMBER:  47PH0623R0011

TITLE OF PROJECT:  Gallup, New Mexico – GALLUP FEDERAL BLDG- Fire Alarm System Upgrade – ePMXpress No.70159

DESCRIPTION OF PROPOSED WORK: This is a pre-solicitation notice. The General Services Administration, Public Buildings Service, Greater Southwest Region 7, Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a complete replacement of existing fire alarm system at the Gallup Federal Building located at 305 W Hill Ave, Gallup, NM 87301. The scope of work consists of, but is not strictly limited to, the upgrade of the existing fire alarm system with a new, intelligent, addressable, and emergency voice/alarm communication FA system will be provided with separate auxiliary power supply panels, in accordance with NFPA 72 and P-100 in all areas of intelligibility, audibility, and ADA compliance.

The contractor shall furnish and install a complete fire alarm system with manual stations, detectors, voice and visual notification appliances, network node panels, remote power supplies, AHU interfacing, elevator recall interfacing, security system and door interfacing, kitchen equipment interfacing, etc. to provide a complete building voice evacuation system. Provide a minimum of 70 dBA sound level, with no ambient background sound, throughout all rooms and corridors. Provide a minimum Common Intelligibility Scale rating of 0.70. Provide speaker locations such that speaker spacing is no more than 20 feet between speakers in open areas. Provide strobes, speakers, and speaker-strobes in all areas and rooms shown on the drawings. Due to ambient lighting, ceiling mounted strobes shall be spaced at 0.7 times the spacing indicated in NFPA 72. Provide two (2) speaker/strobes minimum for all elevator machine and mechanical rooms. Provide strobes only in restrooms with speaker within 5 feet outside restroom door. Provide synchronization of all strobes per floor and all floors that are visually connected. Work shall typically be done after normal business building hours, especially if that work involves noise.

All drawings shall be prepared using AutoCAD, version 12 or later.

LOCATION OF THE WORK:  Gallup, McKinley County, New Mexico

Estimated Price Range: $500,000 - $1,000,000

NAICS Code and Title:  238210, Electrical Contractors and Other Wiring Installation Contractors

Small Business Size Standard:  $16.5 million

THIS PROCUREMENT IS SET ASIDE FOR AWARD TO SMALL BUSINESS FIRMS.  OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESSES WILL NOT BE CONSIDERED. 

TENTATIVE DATES:

The solicitation will be issued on or about December 6, 2022.  Proposals will be due on or about January 10, 2023.  Award is anticipated to be on or about March 6, 2023.

The Period of Performance is 225 calendar days after notice to proceed.

PROCEDURES FOR AWARD:  A solicitation will be issued requesting both written technical and price proposals.  Offers will first be evaluated on technical capability.  Those offers found to be technically acceptable will then be evaluated on price.  The technically acceptable offeror with the lowest evaluated price will win the award after all responsibility determinations are verified.  For this procurement technical capability is approximately equal to cost or price.  The Government intends to award without discussions but reserves the right to hold discussions if determined necessary.

PLAN AVAILABILITY:   The solicitation and all other information, amendments and questions concerning the forthcoming solicitation will be electronically posted at the following web page: www.sam.gov (Contract Opportunities).  No telephone requests for documents will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening.  All questions/inquiries or requests for clarification must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned Contract Opportunities posting.

AMENDMENTS TO SOLICITATION:  It is the offeror's responsibility to monitor www.sam.gov for the release of any amendments.

BONDING:  Payment and performance bonds will be required 10 days after notice of award and may be submitted electronically. Class Deviation 2020-05 allows vendors and sureties to use electronic signatures in lieu of manual signatures due to the ongoing COVID-19 situation.

SECURITY:  Contractor must initiate fitness determination process (security clearance) within 10 days of Zone D HSPD- 12 instructional email. Before employees are allowed to work under the anticipated contract, all personnel are required to pass a security check.   

ELIGIBLE OFFERORS:  All responsible Small Business firms may submit a quotation which shall be considered by the agency.

All prospective offerors are also required to use the System for Award Management www.sam.gov for registering their firm and completing representations and certifications. 

Contact Information

Primary Point of Contact

Secondary Point of Contact

History