Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
SOURCES SOUGHT

58 -- Furnish & Install Emergency Call Boxes

Notice Date
6/26/2012
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
12-013LC
 
Response Due
7/6/2012
 
Archive Date
6/26/2013
 
Point of Contact
Diane Rodriguez Contract Specialist 7022938368 dlrodriguez@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the technical level of expertise, administrative and management capability to perform the effort described below. The capability statements received will be used to determine The Bureau of Reclamation's overall procurement strategy. The Bureau of Reclamation has a requirement for purchase and installation of eleven (11) emergency call boxes in several areas around Hoover Dam. Emergency call boxes will be solar/wireless (7 units) as well as hardwired with both power and communication (4 units). The contractor will be responsible for furnishing, installing, and testing each unit. Contractor will also be responsible for furnishing all items (posts, hardware, wiring, etc.) for the call boxes to function. Contractor will be responsible for providing drawings (including wiring schematics) and maintenance manuals for the emergency call boxes. The Contractor shall provide the product to ensure accessibility as required by law for persons with disabilities in accordance with the Architectural Barriers act of 1968 (82 Stat. 718), as amended (42 U.S.C. 4151 et seq.) and Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794). Specific requirements are set forth in the American with Disabilities Act/Architectural Barriers Act Accessibility Guidelines: ABA Chapter 1 (Application & Administration); Chapter 2 (Scoping Requirements); Chapters 3-10 (Technical Requirements), commonly referred to as ABAAS, and shall be used by the Contractor to ensure compliance with the above-listed law. The finished product must meet the requirements set forth in ABAAS. It is the sole responsibility of the Contractor to determine beforehand how to address tolerances to ensure that the finished products comply with Federal standards. Should the finished product fail to comply, it shall be the responsibility of the Contractor, at its sole expense, to make any adjustments necessary to bring the deficient components into compliance. Construction The emergency call boxes shall be of a construction and with a finish that can withstand at least a wind load of 100 mph, at least a range of 20 to 130 degrees Fahrenheit, and constant sun exposure of an average of 360 days a year. All units must work dependably 100% of the time. Reclamation is looking to purchase units that are easy to maintain and quality for a long unit life. All units, and associated appurtenances, must be durable, weather resistant, and vandal resistant. All mounting hardware shall be recessed, weatherproof, and vandal resistant. Any plastic or polycarbonate used in the units shall be treated to be virtually impervious to damage from UV radiation, cracking, yellowing, or breaking. It shall also be fully sealed with silicon around its entire edge to render it water, insect, and vandal resistant. Speaker/Communication Interface Units shall be of a hands-free communication device illuminated by a high intensity faceplate light that allows users to see the speaker interface during hours of darkness. The light shall be recessed above the speaker interface and be vandal resistant. All units shall have an open face "push to talk" button and two-way interface speaker that connects to the command center (landline). Calls and voice communication needs to be clear. Interface shall be weatherproof and have a vandal resistant microphone and speaker openings. Speaker interface shall also have an indicator of registering the call was placed as well as the call was received. The speaker interface shall have one red button, approximately 1.5" in diameter, with the word "Push for Help" in red raised lettering on white background with Braille symbols directly below the wording. The speaker interface shall be of a single enclosure comprised of all electronics with serviceable speaker, microphone, call button, and related components. The enclosure shall be capable of using interchangeable faceplates for future adjustments. The speakerphone shall be capable of auxiliary and battery power sources. Wireless units shall be compatible with GSM/CDMA cellular as these are the only towers located in the nearby dam area. Hardwired units will be run off of an analog phone line. Electrical All electrical components shall have a modular plug for easy service and replacement. All electrical wiring shall be concealed within the unit and not visible from the outside. All electrical components shall also be equipped with a fuse for protection from transient voltage conditions. Finish Emergency call boxes shall be finished with a highly graffiti and UV resistant safety yellow coating with the words "emergency" in durable engineering grade reflective blue vinyl graphic for high visibility and legibility. The primer and polyurethane finish coat shall each have a minimum coverage of 2.0 mils thick. Warranty The Units shall have a minimum warranty of two (2) years on all materials, pieces, and operations. Responsible sources are welcome to submit a capability statement on or before 3:00 P.M. July 6, 2012. Said submittals will be reviewed and considered by Reclamation during the solicitation planning process. Send your capability package by email to Diane Rodriguez at dlrodriguez@usbr.gov. Your package should include the following information: 1. Capability statement - showing recent experience doing this sort of work, describe previous procurements performed of similar size and complexity 2. Provide business name, address, point of contact, phone number and email address 3. Business Size & Type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business. Firms should identify whether or not they are a small business or other than small business in accordance with the size standard for (NAICS) Code 238210 (Electrical Contractors and other Wiring Installation Contractors). The size standard is $14 Million. Firms may also provide recommendation for use of an alternate NAICS code. For questions, contact Diane Rodriguez, Contract Specialist dlrodriguez@usbr.gov or call 702-293-8368. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32d9766d264d30152caad1f36bd42e42)
 
Place of Performance
Address: Various locations near Hoover Dam, Nevada
Zip Code: 89005
 
Record
SN02785927-W 20120628/120626234558-32d9766d264d30152caad1f36bd42e42 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.