Replacement of fire alarm initiating devices and wires

SOL #: SP3300-16-B-0009Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA DISTRIBUTION
NEW CUMBERLAND, PA, 17070-5008, United States

Place of Performance

TRACY, CA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Maint, Repair, Alter Real Property (Z)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jul 15, 2016

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Defense Logistics Agency (DLA) Distribution is issuing a Presolicitation for the replacement of fire alarm initiating devices and wires in Building 100 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, CA. This project is a 100% Total Small Business Set-Aside with an estimated magnitude between $250,000 and $500,000. The Invitation for Bid (IFB) is tentatively expected around July 30, 2016.

Scope of Work

The contractor will provide all labor, materials, equipment, supplies, and supervision to replace existing fire alarm components. Key tasks include:

  • Replacing Apollo-Series software protocol devices with new Velociti-Series addressable devices.
  • Replacing conventional initiating circuit copper wiring with new addressable communication cables.
  • Upgrading fire sprinkler flow & tamper switches monitor modules to new Velociti-series addressable devices.
  • Replacing all manual pull stations and smoke, duct & heat detection devices with new Velociti-series addressable units.
  • Providing device circuit terminations, final connections, testing, labeling, submittals, as-built drawings, test reports, guarantees, and closeouts.
  • Performing final programming and providing operator/maintenance manuals and training services.

Contract & Timeline

  • Opportunity Type: Presolicitation
  • Set-Aside: Total Small Business (100%)
  • NAICS Code: 238210 (Small Business Size Standard: $15,000,000)
  • Magnitude: $250,000.00 to $500,000.00
  • Period of Performance: 120 calendar days from Notice to Proceed (NTP).
  • Tentative IFB Issuance: On or around July 30, 2016.
  • Published Date: July 15, 2016

Site Visit & Response

A pre-proposal/site visit will be conducted; specific details will be provided in the solicitation package. The solicitation, including specifications and drawings, will be available exclusively on FedBizOpps (www.fbo.gov). Hard copies will not be distributed.

Important Notes

  • Offerors must be registered in the System for Award Management (SAM) Database (www.sam.gov) to be eligible for award.
  • Award will be made to the lowest responsive, responsible bidder, determined by FAR Subpart 9 standards.
  • Prospective offerors are responsible for monitoring FedBizOpps for any amendments, as failure to acknowledge them may render bids ineligible.
  • All questions must be submitted in writing via email to Mogen Gilson at mogen.gilson@dla.mil.

People

Points of Contact

Mogen GilsonPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Jul 15, 2016
Replacement of fire alarm initiating devices and wires | GovScope