Florida Bids > Bid Detail

Fire Alarm Upgrade/Install Fire Alarm Equipment

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159229127197849
Posted Date: Feb 1, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/012f881408...
Follow
Fire Alarm Upgrade/Install Fire Alarm Equipment
Active
Contract Opportunity
Notice ID
12405B24Q0051
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 01, 2024 08:57 am CST
  • Original Published Date: Jan 10, 2024 04:52 pm CST
  • Updated Date Offers Due: Feb 09, 2024 03:00 pm CST
  • Original Date Offers Due: Feb 07, 2024 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 24, 2024
  • Original Inactive Date: Feb 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Coral Gables , FL 33158
    USA
Description View Changes

AMENDMENT 0003 was issued to provide second site visit date, Tuesday, February 6, 2024, at 1:30 p.m. ET and to extend proposal due date to 02/09/2024.



AMENDMENT 0002 issued to provide drawings as an attachment on SAM.gov as requested by interested contractors.



AMENDMENT 0001 issued to provide answers to questions submitted by interested contractors.



Q1. Can you please provide the ARS 242.1M “ARS Facilities Design Standards” so we can ascertain the necessary requirements?



A1. May 2012 Manual appears to be latest edition.



Q2. Is a local state license for FL required for this project or is a contactor licensed in its current state acceptable?



A2. We (ARS) don’t have to get permits from the city as we are a federal facility, but many facilities follow the good neighbor policy and make sure the city is happy with the work. The main concern is that all work is done to local, state, and federal codes as stated in the Statement of Work (SOW). All required permits are required to be obtained by the Contractor per Statement of Work (SOW).



Q3. Can you please provide a copy of the existing building floor plan with labels for each space for the design support requirement?



A3. Currently not available. Miami, FL location currently exploring to see if existing building floor plan is available. To my knowledge, contact at Miami, FL location hasn’t found any fire system drawings. Miami, FL location may be open to showing you the few drawings that are available for you to look through.



Q4. Can you please provide a copy of the existing building reflective ceiling plan for the design support requirement?



A4. Currently not available. Miami, FL location currently exploring to see if existing building floor plan is available. To my knowledge, contact at Miami, FL location hasn’t found any fire system drawings. Miami, FL location may be open to showing you the few drawings that are available for you to look through.



Q5. Is this an existing fire alarm needing replacement or new installation?



A5. New Installation.



Q6. Is the fire alarm plan for the new installation and/or existing fire alarm available?



A6. New Installation.



Q7. How many buildings are required to be connected to the fire alarm?



A7. Only building 89.



Q8. How will the fire alarm be monitored and by who?



A8. Yes, currently monitored by IBEX.



Q9. I am writing you to find out if there is an alternate manufacture other than siemens FACP and equipment for this solicitation? I.e., Silent Knight, Firelite etc.



A9. The brand does not matter. Siemens is just what is installed now, any brand should be sufficient. The brand isn’t so much the question as whether the model spec’d will be compatible with the current system and the lab personnel are trained to use it so that’s the primary requirement in using a different manufacturer.



Q10. Also, could you tell me if this work is in an existing facility or is this for a new construction facility?



A10. Existing facility.



Q11. Can we submit a proposal using Fire Lite or Silent Knight as our fire alarm manufacturer?



A11. The brand does not matter. Siemens is just what is installed now, any brand should be sufficient. The brand isn’t so much the question as whether the model spec’d will be compatible with the current system and the lab personnel are trained to use it so that’s the primary requirement in using a different manufacturer.



Q12. Could you provide us with the names of the monitoring, air conditioning and elevator companies to quote for inspections and site visits during installation, testing and commissioning?



A12. IBEX, FSE, Perks Elevator. ARS is not able to provide you with any names for your subcontractors. They are yours to select in order to successfully complete the project.



Q13. Is it necessary to install the new alarm system without uninstalling the old one?



A13. No, it is not necessary to install the new alarm system without uninstalling the old one.



Q14. Can you provide us with buildings plans (CAD)?



A14. To my knowledge, contact at Miami, FL location hasn’t found any fire system drawings. Miami, FL location may be open to showing you the few drawings that are available for you to look through.



Q15. If yes. Can we double check with plans provided and to verify job site to review rooms and quantities and all necessary devices? (2nd site visit)



A15. From my (Engineer Project Manager) perspective, as many site visits as needed to ascertain what needs to be done to install the new system should be done.



Q16. Can we supply fire alarm system other than Siemens?



A16. The fire alarm system must be compatible with any legacy equipment that is left functioning from the old system and incorporated into the new system. Siemens is the preferred vendor for ARS.



Q17. Can we re-use conduits from current fire alarm to avoid demolitions at walls and ceilings?



A17. Yes.



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.



The solicitation number is 12405B24Q0051 and solicitation is issued as a Request for Quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-06.



This solicitation is being solicited as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 238210 - Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $19.0M.



The USDA, ARS, SEA, Subtropical Horticulture Research Station (SHRS), 13601 Old Cutler Road, Miami, Florida 33158 location is seeking contractor who:




  • Shall provide all professional services necessary to install fire alarm equipment for the Miami Lab located at the USDA, ARS, Subtropical Horticulture Research Center, 13601 Old Cutler Road, Miami, Florida 33158, and provide a detailed proposal with a cost breakdown for the project.

  • The contractor shall include all services and field labor, equipment, materials, testing and personal protective equipment necessary to perform the work. No Government equipment will be available for use by the contractor.

  • Work shall be performed in accordance with attached Statement of Work (SOW).



Site Visit. Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The purpose of a site visit is to observe first-hand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable.



Site Visit is scheduled for Thursday, January 18, 2024, at 10:00 a.m. Eastern Time (ET) at the USDA, ARS, SEA, SHRS, 13601 Old Cutler Road, Miami, Florida 33158 location.



Second site visit date, Tuesday, February 6, 2024, at 1:30 p.m. ET.



Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.



Questions. All questions pertaining to this solicitation must be in writing. All questions will be addressed by email only. Submit questions referencing solicitation number 12405B24Q0051 electronically via email to monte.jordan@usda.gov. Questions are due January 29, 2024 no later than 12:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.



Submission of Quotation. Quotation referencing solicitation number 12405B24Q0051 should be submitted electronically via email to monte.jordan@usda.gov by Wednesday, February 7, 2024 no later than 3:00 p.m. Central Time (CT). No late quotations will be accepted.



In order to be considered for award, Offerors shall respond by submitting:




  • Fully completed and signed SF1449 Offer page referencing solicitation number 12405B24Q0051; acknowledgment of any amendments (if applicable).

  • Firm Fixed-Price detailed quotation (on company letterhead) providing a cost breakdown of the project. All cost quotations/proposals shall be detailed and presented in unlocked MS Excel format with formulas working.

  • Provide SAM Unique Entity Identifier (UEI) number.



Quotation must be valid for at least 60 days after receipt of quotation. Items delivered FOB destination inclusive of all costs.



Rejection of Quotation. Failure to demonstrate compliance will be cause to reject the quotation without further discussion. All responsible sources may submit an offer and will be considered.



The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222- 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS.



Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.



Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >