Fire Alarms & Fire Suppression Testing Request for Information / Sources Sought
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Sources Sought (Original)
- Original Published Date: Mar 14, 2024 10:23 am CDT
- Original Response Date: Mar 28, 2024 10:00 am CDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Tooele , UT 84074USA
Description
14 March 2024
Request for Information / Sources Sought for Fire Alarms & Fire Suppression Testing
The Army Contracting Command - Rock Island hereby issues this Request for Information / Sources Sought notice for Fire Alarms & Fire Suppression Testing at Tooele Army Depot.
Interested parties should reply with their information no later than
10:00pm Central Standard Time on 28 March 2024.
Please provide the following information via email to megan.k.frost2.civ@army.mil:
Previous within scope work project details performed
Estimated cost of services
CAGE code
UEI number
Small business designation
Business size status
Any additional questions/information/feedback about the requirement
This is a REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government will not accept requests for meetings or briefings. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to the solicitation release.
PROJECT SUMMARY:
INTRODUCTION
Conducting a 100% (annual and special) testing of all Fire Alarms & Fire Suppression systems (fixed & portable) at Tooele Army Depot North and South areas (TEAD N & S).
If applicable, all inspection, testing and maintenance (ITM) services performed under the direct supervision of a minimum National Institute for Certification in Engineering Technologies (NICET) level III, or State of Utah Certified fire alarm technician. The contractor is responsible for the accuracy, adequacy, timeliness and professionalism of the system tests and the testing documents. The contractor shall ensure testing conducted meet the requirements of the contract documents.
Requirements include efficient project management including accurate, on-time submittals of contract deliverables (testing reports) and timely identification and solution of impediments to successful project execution. Technical requirements include early involvement in the process to allow for the development of the most cost-effective and technically sound solution. TEAD will rely on the Contractor’s expertise in recognizing and addressing problematic issues and successful execution. The Contractor shall perform all work in accordance with federal, state, and local statutes and regulations.
The contractor shall conduct annual testing of all fire alarm & fire suppression systems located on TEAD North and TEAD South areas. Testing shall comply with provisions of UFC 3-601-02 Chapter 1, and Chapter 2, specifically tables 2-10, 2-11, 2-12, and 2-25. NFPA 25, NFPA 70 and NFPA 72 (ITM Tasks Attached). Contractor will identify any issues with each system and provide documentation of system status. Contractor will provide all equipment, materials, tags, labels, and reports necessary to complete the scope of this contract.
Contractor will provide (one) 1 retest of each system not passing original testing (if required) additional testing beyond the 1 retest, shall be billed at a rate determined in the contract (fixed pricing) and agreed upon by the government.
Presently there are 81 active fire alarms systems, (63 and TEAD North, with an additional 18 systems at TEAD South). There are 90 fire suppression systems, (56 TEAD North area, 22 TEAD South area, 4-fixed deluge, 6-portable deluge, and 2 FM 200 systems). These numbers may change due to new constructed buildings and or buildings being mothballed.
Contractor will perform all testing and inspection of these systems and provide written documentation (to the COR) as to the status of each system, and any repairs that needed.
Any system that is out of service, “mothballed”, or otherwise deemed not in use will not be tested on the normal schedule by the contractor, likewise any portable deluge system not actively in service at the time of scheduled testing will not be tested. These systems will be tested if brought back online during this contract. Contract COR will provide the contractor up to date listings of any systems that are down for longer terms.
Additional suppression systems installed or that have had major upgrades performed will be tested and certified by the installation contractor. The testing contractor will not have these systems added to the contract until the next scheduled testing cycle. If a mothballed system brought back online during the testing cycle, this system may be added to the cycle if agreed upon by the contractor and the government.
The Contractor shall identify and comply with all applicable federal, state, and local statutes. A partial list is presented at the end of this document. It is the Contractor’s fundamental responsibility to identify and comply with all mandatory federal and applicable DOD and Army requirements whether listed specifically in this document.
SPECIFIC TASKS: Contractor shall perform the following for all Fire Alarm Systems/FAS TEAD North and TEAD South: (And associated detection/initiating/notifying devices)
Conduct annual testing on all systems as required by UFC 3-601-02 (table 2-1) and NFPA 72 and 25 (to include by not limited to): Panels, LEDs, connections, programming, alarm transmission and receipt, backup batteries and power supplies, detection devices, pull stations, heat detectors, smoke detectors, supervisory devices, and all supporting equipment.
Provide all required inspection tags, certifications, and reports when testing is complete. Copies of all reports are provided, to Fire and Emergency Services Division (COR) the COR will be responsible for providing copies of reports to other departments.
Contractor, at a minimum, ensure that personnel conducting ITM task are NICET level III or equivalent, or certified by the state of Utah. Lower certified technicians may perform ITM tasks if supervised by someone holding NICET level III or equivalent.
Contractor shall work with the COR (Fire Department) in scheduling, system access, reporting broken or non-functional systems, and rescheduling testing after any repairs are done in house. Contractor shall not shut down any system for testing or otherwise unless the COR has been contacted and notified.
Any systems that is damaged or is not capable of functioning properly shall be immediately reported to the COR. COR will determine if systems taken offline and tagged out.
Contractors and technicians will utilize the ITM tasks located in UFC 3-601-02, NFPA 72 and NFPA 70 to conduct all testing.
SPECIFIC TASKS: Contractor shall perform the following for all Fixed Sprinkler Systems/FSS TEAD North and TEAD South.
Conduct annual testing on all systems as required by UFC 3-601-02 (tables 2-2/2-3) and NFPA 13 and 25 (to include by not limited to): Gauges; Control Valves; Alarm Devices; Hydraulic Nameplates; Inspection of the entire building; Hangers/Seismic Bracing (exposed only, not above ceilings); Pipe and Fittings (exposed only, not above ceilings); Sprinklers (exposed only, not above ceilings); Spare sprinklers; Fire Department Connections; Valves (all types) Anti-freeze systems, and all supporting equipment.
Provide all required inspection tags, certifications, and reports when testing is complete. Copies of all reports are provided, one to Fire and Emergency Services Division (COR) the COR will be responsible for providing copies of reports to other departments.
Contractor at a minimum, ensure that personnel conducting ITM task are NICET level III or equivalent, or certified by the state of Utah. Lower certified technicians may perform ITM tasks if supervised by someone holding NICET level III or equivalent.
Contractor shall work with the COR in scheduling, system access, reporting broken or non-functional systems, and rescheduling testing after any repairs are done in house. Contractor shall not shut down any system for testing or otherwise unless the COR has been contacted and notified.
The point of contact at the Army Contracting Command - Rock Island is Megan Frost, megan.k.frost2.civ@army.mil
Attachments/Links
Contact Information
Contracting Office Address
- JOINT MUNITIONS COMMAND BLDG 350 RODMAN AVE
- ROCK ISLAND , IL 61299-5000
- USA
Primary Point of Contact
- Megan K. Frost
- megan.k.frost2.civ@army.mil
Secondary Point of Contact
History
- Nov 30, 2024 10:55 pm CSTSources Sought (Updated)
- Mar 14, 2024 10:23 am CDTSources Sought (Original)