MODIFICATION
63 -- Design, Supply and Installation of Emergency Notification Management System
- Notice Date
- 9/4/2025 12:49:47 PM
- Notice Type
- Solicitation
- NAICS
- 624230
— Emergency and Other Relief Services
- Contracting Office
- U.S. EMBASSY KINGSTON WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19JM3725R0004
- Response Due
- 9/18/2025 12:00:00 PM
- Archive Date
- 10/03/2025
- Point of Contact
- Jeffrey Stroup, Phone: 8767026262, Shellyann West-Graham, Phone: 8767026118
- E-Mail Address
-
StroupJL@state.gov, GrahamSA@state.gov
(StroupJL@state.gov, GrahamSA@state.gov)
- Description
- The U.S. Embassy Kingston is requesting quotations from qualified contractors to design, supply, install, configure, and test a fully operational emergency intercom system for a residential apartment compound at Constant Spring, Kingston 8. The contractor will be responsible for providing all supervision, labor, equipment, and materials necessary to complete the work in accordance with the Statement of Work (SOW). This includes a system design that ensures audio is at least 15 decibels above ambient noise, a comprehensive site survey, detailed zoning and wiring plans, procurement of all commercial-grade components, and compliance with the NDAA Section 889 prohibiting certain telecommunications equipment. Installation must meet U.S. National Electrical Code standards, with concealed wiring where possible, proper labeling, and a neat, professional finish. The contractor will configure the system for easy operation by security staff, conduct thorough testing, provide formal commissioning, and deliver training to 23 security personnel and five management staff members. A full documentation package, including �as-built� drawings, manuals, and warranty information, will be required upon completion, along with site cleanup and restoration. The project includes a one-year workmanship warranty and manufacturer warranties for all installed materials and equipment, with the contractor assisting in any warranty claims during the workmanship coverage period. Work is to begin within six weeks of contract award, primarily during business hours, and must be scheduled to minimize disruption to residents. Final acceptance will be based on successful installation, testing, documentation delivery, training completion, and a clean site after a walkthrough inspection. Bidders must submit a company profile, relevant experience, proposed equipment specifications, a detailed schedule, and a firm fixed price broken down by task categories. A site visit will be held on was held on September 12, 2025, with participants meeting at 211a Constant Spring Road, Kingston 8. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting an offer pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. This opportunity is subject to 52.229-12 - Tax on Certain Foreign Procurements (FEB 2021) This opportunity allows for electronic responses. Please submit your offer prior to the response date and time. Please ensure your email with your offer does not exceed 30MB, if it does then you might have to send more than one email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/437fdee1f6e0473f8d3798c7de4c68d5/view)
- Place of Performance
- Address: KINGSTON, JM-02, JAM
- Country: JAM
- Country: JAM
- Record
- SN07577777-F 20250906/250904230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |