S--Fire Alarm & Detection System Inspection and Testing
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: Jul 11, 2023 04:21 pm PDT
- Original Response Date: Jul 21, 2023 02:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 23, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: S202 - HOUSEKEEPING- FIRE PROTECTION
- NAICS Code:
- 561621 - Security Systems Services (except Locksmiths)
- Place of Performance:
Description
The Bureau of Reclamation (BOR), Interior Region 8: Lower Colorado Basin, Yuma Area Office (YAO) has a requirement for inspection, testing, programming, and maintenance services for all the fire detection and suppression equipment within the Yuma Area Office Complex. There are five (5) buildings where the systems are located. All inspections and monitoring services shall be completed in accordance with standards set by the National Fire Protection Association (NFPA). The contractor shall provide all labor, tools, materials, equipment, and transportation necessary to test, inspect, and maintain Reclamation¿s Life Safety equipment at YAO, located at 7301 Calle Agua Salada, Yuma, AZ 85364.
Building 01, the Administration Building, the fire alarm and detection system includes a Fire Lite ES200-X located in the Admin Building electrical room 240 and remote annunciator panels located in the first-floor entrance lobby and second floor Processing Control Room. Building 01 Initiating Devices include: 4 manual pull stations, 9 smoke detectors, 4 duct smoke detectors, 4 waterflow switches, and 5 tamper switches. Building 01 Notification Appliances include: 84 audible speakers, 213 visible strobes, and 147 combination speaker/strobes. Building 01 System Control Functions include: 7 hold-open releasing devices, 2 HVAC shutdowns, and 4 actuated fire/smoke dampers (2 supply and 2 return).
Building 02, the Warehouse and Offices, the fire alarm and detection system includes a Fire Lite ES200-X located in the corridor near Room W107. Building 02 Initiating Devices include: 5 manual pull stations, 2 smoke detectors, 20 heat detectors, 1 waterflow switch, and 1 tamper switch. Building 02 Notification Appliances include: 16 audible speakers, 36 visible strobes, and 34 combination speaker/strobes. There are no System Control Functions in Building 02.
Building 04, the Maintenance Shop and Offices, the fire alarm and detection system includes a Fire Lite ES200-X located in Breakroom S103. Building 04 Initiating Devices include: 1 manual pull station, 2 smoke detectors, 1 waterflow switch, and 1 tamper switch. Building 04 Notification Appliances include: 9 audible speakers, 27 visual strobes, and 26 combination speaker/strobes. Building 04 Carpenter Shop fire detection system consists of a Firelite MS-9050UD, 2 audio/visuals, 6 smoke detectors and 2 pull stations. Building 04 does not have any System Control Functions.
Building 05, Conference Rooms 100 to 102 and the Onsite Contractor Shop, the fire alarm and detection system includes a Fire Lite ECC 50/100 located in the south corridor. Building 05 Notification Appliances include: 7 audible speakers, 1 visible strobe, and 13 combination speaker/strobes. Building 05 does not have Initiating Devices or System Control Functions.
Building 06, the Onsite Contractor Offices, the fire alarm and detection system includes a Fire Lite ECC 50/100 located in Hall 11. Building 06 Notification Appliances include: 1 audible speaker, 1 visible strobe, and 10 combination speaker/strobes. There are no Initiating Devices or System Control Functions in Building 06.
The contractor inspection includes but is not limited to inspecting, programming, and testing of control panels, system network interconnections, back-up batteries, audible and visual notification devices, photo detectors, heat detectors and manual stations.
All qualified concerns that may be interested in performing the proposed project are encouraged to submit capability statements for consideration. Based upon response to this announcement and capability statements, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation, or decide on an alternate procurement strategy.
The anticipated contract will be for One (1) base year and Four (4) option years. Performance is anticipated to begin in September 2023 and will likely be required to run for 5 years through 2028. The applicable North American Industry Classification System (NAICS) Code is 561621, Security System Services (except Locksmiths). The small business size standard is $22 Million.
At a minimum your package should include the following information:
1. Company Name
2. Phone Number
3. Email Address
4. Unique Entity ID Number
5. Size Status/SBA certification (Small business, Indian Small Business Economic Enterprise, HUBZone, Service-Disabled Veteran Owned Small Business, Women Owned Small Business, other)
6. Capability Statement (not to exceed 5 pages) ¿ A brief summary of capabilities to include demonstration of the company¿s capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information.
Registration with System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to submission of a quote. Lack of registration in the SAM database will make an offeror ineligible for consideration of award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov.
All responsible sources are welcome to submit a capability statement on or before 2:00 PM PT on July 21, 2023. Information submittals will be reviewed and considered by Reclamation to determine the most appropriate strategy. Please send your capability package by email to Kathy Berry at kberry@usbr.gov. Include the reference number (140R3023Q0065) in the subject line. No phone calls will be accepted.
When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at https://sam.gov
Attachments/Links
Contact Information
Contracting Office Address
- 500 DATE STREET BUILDING 200
- BOULDER CITY , NV 89005
- USA
Primary Point of Contact
- Berry, Kathleen (Kathy)
- kberry@usbr.gov
- Phone Number 7022938460
- Fax Number 702293
Secondary Point of Contact
History
- Jul 23, 2024 08:55 pm PDTSources Sought (Original)
- Aug 03, 2023 12:55 pm PDTSolicitation (Original)