Federal Bid

Last Updated on 17 Nov 2017 at 9 AM
Sources Sought
Smith Nevada

Notifier Fire Alarm Panel Repairs

Solicitation ID W15QKN-17-Q-1106
Posted Date 25 Oct 2017 at 11 PM
Archive Date 17 Nov 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Smith Nevada United states
Request for Information (RFI) for Notifier Fire Alarm Panel Repairs, Middletown, CT

This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise. This is not an Invitation for Bid (IFB), Request for Proposal (RFP) or Request for Quotation (RFQ). The Government does not intend to award a contract on the basis of this RFI, nor will the Government reimburse the costs associated with the preparation of responses to this RFI. The information requested herein will be used within the Army to facilitate decision making and will not be disclosed outside of the agency. This restriction does not limit the Government's right to use information contained in these data if it has been obtained from another source without restriction.

This RFI will be used to gather market research to make decisions regarding the development of acquisition strategies, and is not to be construed as a commitment of the Government. The Army Contracting Command - New Jersey (ACC-NJ), in support of the 99th Regional Support Command (RSC) Directorate of Public Works (DPW) is conducting Market Research to locate qualified companies interested in making repairs to the Notifier Fire Alarm Panel (Model NFS2-640; Control Board CPU-2-3030) to restore to 100% normal and fully functional status. Interested sources shall be authorized Notifier distributors capable of making the onsite repairs at the Middletown United States Army Reserve Center, 375 Smith Street, Middletown, CT 06457.

This requirement will include, but not limited to the removal of the existing water damaged outdoor beacon near the front entrance and installation of one new outdoor rated strobe with back box and red lens in same location. The smoke detector within the elevator shaft shall be removed and replaced with new smoke detector, utilizing existing smoke detector base. The existing defective duct smoke detector shall be removed and replaced with new duct smoke detector in the same location. Replacement shall also consist of a replacement duct detector sampling tube. The existing mass notification system in the training building and the maintenance building shall be updated to comply with current UFC standards. New labels shall be on each of the 11 locations throughout the complex. The 99th RSC shall provide messages and scripts to be used for this update. One training session of up to 8 hours shall be required to be presented for building representatives on the use of the updated system.
Additionally all batteries shall be replaced within all control panels and remote control cabinets within both the training center and maintenance shop. All batteries shall be of the same amp-hour of the existing batteries installed. A list of current quantities and sizes of batteries are as follows:

8 - 12V55AH
2 - 12V18AH
2 - 12V100AH
2 - 12V26AH

All batteries shall be recycled or disposed of in accordance with all local, state, and federal regulations. The existing CPU within the fire alarm control panel in the maintenance shop shall be replaced. Upon replacement, the 99th RSC shall be supplied with a complete printout of system devices. Upon completion of the programming and testing, the 99th RSC shall be supplied with a CD of the installed database as well as all passwords for the database software. See the attached Scope of Work.

Companies must provide proof that they are authorized distributors/service under the Notifier Division of Honeywell International, Inc.

The period of performance shall be 60 days from the date of plan and submittal approval to complete ALL TASKS associated with the Scope of Work. The NAICS Code for this requirement is 561621 (Security Systems Services (except Locksmiths)).
Companies are invited to indicate their interest and capabilities by providing brochures and any information pertaining to their ability to provide the above requested services. All information is to be submitted via email at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity, large or small and a copy of the most recent System for Award Management (SAM) certifications and representations. Please provide the name of the company, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via email only. Interested companies are encouraged to submit their capabilities/qualifications information no later than 02 November 2017. This is a Sources Sought Announcement and submission of information will be used for informational and planning purposes only.

The point of contact for this action is Robert MacFarlane, Contract Specialist, ACC-NJ-WS,
[email protected].

This notice is open to all business concerns. However, in accordance with FAR 19.501, our interest is to award to small businesses concerns. In the event there aren't enough responses from responsible small businesses, than large business responses will be accepted.

 

Bid Protests Not Available

Similar Past Bids

Smith Nevada 01 Feb 2018 at 2 PM
Vestal New york Not Specified
Location Unknown 06 May 2010 at 12 PM
Mountain home air force base Idaho 12 Jan 2017 at 10 PM
Steamboat springs Colorado 08 Jan 2021 at 5 AM