Federal Bid

Last Updated on 23 Aug 2019 at 8 AM
Solicitation
Location Unknown

Eldon B. Mahon U.S. Courthouse Fire Alarm Replacement

Solicitation ID EQ7PMC-19-0003
Posted Date 24 Jul 2019 at 6 PM
Archive Date 23 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R7 Aquisition Management
Agency General Services Administration
Location United states

The Eldon B. Mahon U.S. Federal Courthouse in Fort Worth is seeking a construction contractor to furnish all labor, tools, materials, equipment, supplies and supervision for the replacement of an existing fire alarm system with a new analog "intelligent", fire alarm voice evacuation and communication system. The fire alarm system needs to meet the current code criteria of NFPA 72 at the Fort Worth U.S. Courthouse located at 501 West 10th Street, Fort Worth, TX 76102. The firm must be a General Construction firm under the specified NAICS and size standard identified below.

The existing fire alarm system is obsolete and does not comply with the current edition of NFPA 72 and shall be replaced entirely. Remove all old parts of the fire alarm system that have been replaced or are no longer being utilized, (i.e. old Notification appliances, wire, conduit etc.). Notification appliances shall be placed ceiling mounted where drop ceilings are present and shall be wall mounted otherwise.

In accordance with FAR 36.206, disclosure of the magnitude of construction projects, the construction cost of magnitude is between $500,000.00 and $1,000,000.00.

The solicitation will be issued on or about August 8, 2019. The proposal due date will be on or about September 9, 2019. The date for a pre-proposal conference will be established and posted as part of the Solicitation package.  Attendance at this conference is not mandatory; however, it is highly encouraged to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government.  Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. Award is anticipated to be on or about September 29, 2019. The Period of Performance is 365 calendar days after notice to proceed; 90 calendar days is for security clearances, design submittals and material procurement and 275 calendar days is for construction.

A solicitation will be issued requesting both written technical and price proposals.  Award will be made based on a best value to the Government methodology of Low Price Technically Acceptable (LPTA). The Government will first evaluate price to determine the lowest through highest priced offers. The Government intends to evaluate the technical proposals for technical acceptability. If the lowest priced proposal proves to be technically unacceptable, then the second-lowest priced proposal (and so on) will be evaluated for technical acceptability. The evaluation factors include: (1) Management Plan, (2) Past Performance and Experience of the Firm and (3) Qualifications and Experience of Key Personnel. If the lowest price offeror is found technically acceptable, no other offers will be considered at that point. For this procurement technical acceptability is approximately equal to cost or price.  The Government intends to award without discussions but reserves the right to hold discussions if determined necessary.

Bid Protests Not Available

Similar Past Bids

Mississippi Not Specified
Missouri 30 Mar 2022 at 1 PM
Tooele Utah 25 Jun 2019 at 6 PM
Jefferson city Missouri Not Specified