MODIFICATION
63 -- Fire Suppression and Alarm Monitoring Systems Services
- Notice Date
- 4/9/2013
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S812R0017
- Archive Date
- 7/8/2013
- Point of Contact
- Linda Williams, 253-966-3491
- E-Mail Address
-
MICC - Joint Base Lewis-McChord
(linda.s.williams50.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION / MARKET RESEARCH Fire Suppression Maintenance at Joint Base Lewis-McChord, Washington Thank you for taking the time to assist us in gathering this information! The Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is conducting preliminary planning market research to determine commercial market practices for maintenance and repairs on the Fire Alarm and Suppression Systems. DISCLAIMER: This Request for Information (RFI) is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This RFI is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bids (IFB), or as an obligation on the part of the Government to acquire any services. Responses to this RFI shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this RFI. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this RFI that is marked quote mark Proprietary quote mark will be handled accordingly. Responses to this RFI will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this RFI. The Government reserves the right to determine how it should proceed as a result of this notice. The anticipated period of performance is 01 December 2013 - 31 Octrober 2014 with two one-year option periods. Performance occurs on Joint Base Lewis McChord (JBLM), which consists of McChord Field, Lewis-Main, Lewis-North, and Yakima Training Center (YTC). Description of services: The contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision, and other items necessary to provide the following: - The performance of preventive maintenance, scheduled or unscheduled maintenance or service, examine, restore, maintain, program and design software, establish computer systems networking, repair, and perform testing of installed fire suppression systems, fire alarm panels and system, fire alarm panel activation devices (pull stations, heat/smoke and carbon monoxide detection systems), auxiliary circuits, associated transceivers, FM (frequency modulated) antennas, mass notification systems, central monitoring base station and remote monitoring station to include kitchen exhaust fire suppression systems (see below for list of all systems). - Plan and design computer systems that integrate computer hardware, software and communication technologies to include computer aided design drawings and report. -Obtain required certifications/licenses for propriety systems, training required to be in compliance with National Fire Protection Agency (NFPA), National Institute for Certification in Engineering Technologies (NICET) (Fire Alarm Specific), National Electrical Code (NEC) Uniform Fire Codes (UFC), industry standards, rules, regulations, statues, installation security clearance and requirements. -Submission of variety of plans, reports on a weekly, monthly, quarterly and yearly basis (i.e., delivery plan, preventive maintenance schedules, Environmental Protection Plan etc.). MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned above. Interested parties shall complete and submit the attached Market Research Questionnaire to the Government. Responses to the Market Research Questionnaire are encouraged from all interested parties. Please submit your response no later than 22 June 2012 via e-mail or facsimile to Linda Williams; linda.s.williams50.civ@mail.mil, fax number (253) 967-2772. We appreciate your participation and input. MARKET RESEARCH QUESTIONNAIRE Company Name: ______________________________________________________________________ Dun & Bradstreet (DUN) / Business Partner Network (BPN) number: ____________________________________ Point of Contract (Name & Position): _____________________________________________________ Mailing Address: ______________________________________________________________________ Phone: ________________________________ Fax: ________________________________ E-Mail:_____________________________________ NOTE: Responses will not be published outside the MICC-JBLM Office but will be used as a tool for market research. 1. What experience does your firm have with maintenance, repair, updates, programming, and redesigning for the following alarm systems? a. Transmitter Models: - Kingfisher KF1, KFRTI, KFRI, - Monaco BTX,BTX-M,BTX-F b. Facility Panel Models: - Ademco 834 - Cerberus/Pyrotronics C-35, System 3, MXL-IQ, PXL, PSE-1R, MXL-MXLV - Couch CMS-11 - ESL 1505,1503,1504,2000 - EST/GE LSS-1,LSS4-36, EST2, EST3 - Faraday 15101,15104,15001A, 15116, MPC2000, Sparton100800, Firewatch 19906 - FCI 7200,FC72,FC72-1 - Firelite Miniscan424,Sensiscan2000, Miniscan424A, MS4424, C-1-24 MA, MS9200, MS 424, MS 424A, MS 2900 - Gamewell ZANS 400, IdentalFlex 632, FlexAlarm, IF-630, IF-610 - Harrington 3030 - HoneyWell Identifire 2 - Kiddie KAS 200, KDR 100 - Kingfisher KFR/KFI, KFRT1 - Monaco C-100A-24, C-100A-12, M-2 Conventional - Notifer 500,5000,4885-2,4812 C/S 3, SFP-400B, System 500, 4800-8, 4885, SGL-2000, UAT-AC, AFP-200, NFS-3-3-, AM2020, SPF-400 - Pyrotronics System 3 - Radionics 7002 - Secutron MR-2900, MR-2919, MR-2605 - Silent Knight IFP1000, IFP100, 5808,5207,5820XL - Simplex 4002,4004,4005,4100,4020,4010 - Spectronics 640,640b, 641-B, FSA - Thorn M-200 c. Kitchen Exhaust Models: - Kitchen Halon - F.M. 200 - Carbon Dioxide (FM-200, chemically known as heptafluoropropane) - ANSUL R101 - ANSUL R102 Provide a brief description of work experience. 2. Does your firm have experience providing integration amongst these types of systems (see above list)? [ ] yes [ ] no If yes, what experience does your firm have in providing the functional requirements identified above? (Please summarize your firm's previous experience) 3. What are the major cost drivers in providing these types of services? 4. Could this requirement be worked using a fixed-price contract? [ ] yes [ ] no If yes, provide the description of service for scheduled and unscheduled maintenance, emergency call etc. If no, provide give explanation. 5. Would the size of the buildings affect the maintenance price or will it be the quantity? If so, how should we distinguish the different sizes? [ ] yes [ ] no 5. Thinking of evaluation factors other than price, what differentiates a poorly performing company from a good one from an exceptional one in this business? 6. Based on your firm's work experience, which positions do you consider key positions in the performance of this contract and are they part of or exempt from the Services Contract Act? Please provide position titles, and responsibilities. _____________________________________________________________________________ 7. Does your firm possess personnel with a minimum of a Secret Security Clearance or higher? If so, at what level? [ ] yes [ ] no 8. Do you have or can you obtain the certification and/or license requirements to provide the services for these systems (i.e., proprietary, NFPA 11-25, 70, 72, 96 Standards, UFC 3-601-02, NICET)? If so which ones? [ ] yes [ ] no 9. What type of specific terms and conditions do you require in your commercial contracts for this type of service? 10. Are there warranties for this work and if so, what are they? 12. If your firm were selected, how many calendar days would your firm need after contract award date before you could be completely set-up and begin providing services? [ ] Immediately [ ] 10 days [ ] 15 days [ ] 30 days [ ] Other ____________ 13. Does your firm have experience providing documentation (i.e., preventive maintenance/ (service delivery) plans, quality assurance plans, and contract manpower reporting) for military (government) installations? [ ] yes [ ] no If yes, provide a brief description of documentations 14. What NAICS code would you consider this type of requirement to be listed under? 15. Attached is a draft Performance Work Statement (PWS) please provide feedback that you feel is relevant (i.e., problems or any other issues concerning this PWS) and any additional feedback based on past experienced with similar contracts: Please submit your response no later than 22 June 2012 via e-mail or facsimile to Linda Williams; linda.s.williams50.civ@mail.mil, fax number (253) 967-2772. Again, we thank you for taking the time to assist us in gathering this information!
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/43fb33f79d8fd256a64909ce43939938)
- Record
- SN03032365-W 20130411/130409234808-43fb33f79d8fd256a64909ce43939938 (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 |