Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

Army Research Laboratory, Attn: AMSRL-CS-PR-AP, Abeerden Proving Grounds, MD 21005-5066

63 -- REPLACEMENT OF FIRE DETECTION AND SUPPRESSION SYSTEM SOL DAAD17-99-Q-0719 DUE 072799 POC Barbara DeSchepper, Buyer, 410-278-5425, Jean Craig, Contracting Officer, 410-278-6517 1. Contractor shall design and install a complete fire detection and suppression system in accordance with the following specifications. In addition, all work performed under this contract must comply with NFPA 70 (1996 edition), NFPA 72 (1996 edition) Contractor will also comply with any UL or FM standards that apply to these systems. The fire alarm portion of the contract must comply with The Disabilities Act. 2. Contractor shall be responsible for removing all existing components of the fire detection and existing halon system. The existing halon piping and wiring conduit for fire alarm shall be re-used as much as possible. All equipment and components removed shall be turned over to the POC. 3. The fire alarm portion of the system shall be a completely supervised non-coded fire alarm. The system shall be activated into the alarm mode by actuation of one of the following: 1)manual pull station or 2)activation of a system smoke detector. The fire alarm system shall be a class "A," style "EA" as defined by NFPA 72. 4. The fire alarm portion of the contract shall incorporate the following components: a. Provide and install four (4) manual pull stations as shown on drawing(submitted upon request). Manual pull stations are to comply with the applicable requirements of UL 38. Pull stations shall be mounted on electrical boxes, pull stations made from LEXAN (registered) or plastic are UNACCEPTABLE. Pull stations shall be double action type, painted in red factory finish and requiring a key or other type special tool for resetting. Pull stations are to be mounted forty-eight inches (48") above finished floor. Each pull station shall be labeled with a permanently affixed tag stating that "activation of this pull station causes instant release of extinguishing agent." b. Provide and install approximately four (4) ADA compliant horn/strobe combination units. Horns are to be vibrating type suitable for use in an electrically supervised circuit and with a sound output rating of at least eighty-five (85) dBA at ten (10) feet. Strobes shall have a high intensity optic lens and flash tube. Horns shall be capable of producing two distinct sounds, one for initial alarm and another when system goes into the dump mode. c. Provide and install approximately forty-four (44) hardwired smoke detectors degsigned for detection of abnormal smoke densities. Detectors used in this system shall be ionization type, detectors shall contain a visible indicator lamp that shows when the unit is in alarm condition. Power for these detectors will come from the alarm contol panel. The detectors will be cross-zoned for activation of the suppression system. These detectors will be installed in the same locations as existing detectors. d. Provide and install one (1) new fire alarm control panel with adequate battery backup as recommended by the panel manufacturer. Panel shall be compatible with all devices used in the system and shall be capable of handling the fire suppression system function. Panel shall be installed to comply with the requirements of UL 864. The zoning on the new fire alarm control panel will be consistent with the existing fire alarm control panel. Contractor will be responsible for interfacing the fire alarm panel with the existing King Fisher transmitter. 5. Any new wiring installed under this contract shall comply with NFPA 70 (1996 edition) and/or NFPA 72 (1996), and will be enclosed in either 3/4" thin wall conduit or surface mounted wire mold for exposed locations. All wiring will be either No. 12 AWG minimum for 120 V AC power or 14 AWG for low voltage DC circuits. Pigtail and/or "T" TAP connections to alarm initiating and alarm indicating circuits ARE NOT permitted. 6. Contractor shall install a complete FM 200 fire suppression system. The installation of this system shall comply with NFPA 2001 (1996 edition) and any other applicable standards. The contractor will reuse and modify the existing Halon 1301 system as much as possible. The contractor will be responsible for removing the existing halon bottles and delivering to the government for proper disposal. The system will be installed with a main bottle only. A reserve bottle will not be required. 7. The following general conditions and requirements are to be adhered to by the contractor. a. The work for this project is in a secured area at Aberdeen Proving Ground. The contractor will be responssible for having all his/her empolyees properly badged. b. Working plans and calculations shall be submitted for approval before installation or remodeling begins. These plans shall be submitted to the APG Fire Department -- Fire Protection Specialist Barry D. Bennett. c. The contractor shall perform a function test upon completion of the installation. This shall be done in the presence of the government representative. The contractor shall also perform an enclosure integrity test in accordance with NFPA 2001, Chapter 4, Section 4-7, paragraph 4-7.2.3. The contractor will be responsible for repairing minor leaks. NOTE:ALL SITE VISITS ARE AT COMPANIES OWN EXPENSE "SEE NOTE 1" Posted 07/16/99 (W-SN355345). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0367 19990720\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page