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