Replacement of fire alarm initiating devices and wires
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.