COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
63 -- DESIGN-BUILD A REPLACEMENT SITE-WIDE FIRE ALARM SYSTEM
- Notice Date
- May 24, 2001
- Contracting Office
- University of California, Los Alamos National Laboratory, P.O. Box 1663, Mail Stop M986, Los Alamos, New Mexico 87545
- ZIP Code
- 87545
- Solicitation Number
- 13568-025
- Response Due
- June 28, 2001
- Point of Contact
- Gordon Bergman, Contract Administrator, 505-665-2633
- E-Mail Address
- gbergman@lanl.gov (gbergman@lanl.gov)
- Description
- DESC: PROJECT INFORMATION: A. Firms interested in participating in the two-phase selection process for this design/build project should submit an expression of interest to the point of contact (POC) shown above. B. This project consists of the design/build of a replacement site-wide fire alarm system. The primary objective of this Site-Wide Fire Alarm System Replacement Project (SWFASRP) is to separate the fire alarm system from the Basic Rapid Alarm Security System (BRASS). C. This project is one of several line item projects under the Cerro Grande Recovery Project that were initiated as a result of the May 2000 Cerro Grande fire. The Cerro Grande Recovery Project strategy is to build a new Emergency Operations (EOC) by the end of FY03. The SWFASRP will replace the most troublesome fire alarm control panels at Los Alamos National Laboratory as well as install fire alarm control panels that are capable of communicating detailed fire alarm information to the new Digital Alarm Communication System and will include new proprietary supervising station head-end subsystems that will be installed in three locations. Close coordination with the Cerro Grande Recovery Project EOC replacement project and with the County of Los Alamos will be required for this project since the primary head-end subsystem will be installed in the EOC and a backup subsystem will be installed in a Los Alamos County building. The replacement site-wide fire alarm system will provide for a timely conversion of monitoring capabilities to the new EOC. D. Design and installation of the three head-end system will be the responsibility of the design/build contractor, working with the head-end contractor on the installation. However, the equipment for the three head-end system will be government-furnished equipment (purchased by the University under a separate contract with a head-end manufacturer). E. Prior to the start of work on this project (SWFASRP), the University will purchase the first head-end equipment and install it as a temporary head-end subsystem in the Central Alarm Station at Technical Area 64, Building 1. This head-end subsystem will replace the BRASS system for fire monitoring as individual fire alarm control panels are replaced, until the new EOC is operational. The design-build contractor for this project (SWFASRP) will relocate this head-end subsystem to the Facility Systems Laboratory at Technical Area 35, Building 2 after the EOC is operational, where it will be used for testing and simulation of new equipment. F. The SWFASRP will include replacement of fire alarm control panels and selected initiating devices, to the extent allowable by budget, and installation of digital alarm communication transmitters for the remainder of buildings where fire alarm control panels are not replaced. Fire protection codes and standards must be met for the design and installation, primarily NFPA (National Fire Protection Association) 70, 72 and UL (Underwriters Laboratories Inc.) 827. G. This solicitation will use a best-value source selection conducted in two phases. Phase One is the pre-qualification phase using a Request for Qualifications (RFQ). Phase Two is the qualification phase using a Request for Proposal (RFP). In Phase One, prospective offerors will submit their qualification information. This information will be evaluated by the University to select the prospective offeror(s) that qualify to submit proposals in response to the RFP under Phase Two. The offeror's design entity must have at least 5 years documented experience with fire alarm installation and must be qualified to NICET (National Institute for Certification in Engineering Technologies) Level III or better. The offeror's construction entity must be approved by the manufacturer of the proposed system(s) for installation of the manufacturer's equipment. H. In Phase One, the RFQ will be posted at: http://bus.lanl.gov/bus5/vendor/solicitations/default.htm on or about June 14, 2001 with a response due on or about June 28, 2001. The RFQ will include detailed qualification factors and submittal instructions. Qualification factors may include but not be limited to: (1) demonstrated successful completion of design-build projects similar to this scope of work, with a contract value of at least $5,000,000; (2) experience working with other member(s) of the proposed team on previous, similar design-build projects; (3) an acceptable safety record, determined by evaluating the offeror's safety record for three annual periods by using the U. S. Bureau of Labor Statistics Guidelines to determine documented record and lost workdays from the offeror's OSHA 200 logs; and (4) a documented quality assurance program. Any subsequent revisions to the RFQ will be shown on the referenced Internet website. Although the University will not mail, fax, or e-mail the RFQ pages or any update(s) to the RFQ, the University will send e-mail notification of updates to firms who subscribe as instructed on the website. The website is occasionally inaccessible due to maintenance. The University is not responsible for any loss of Internet connectivity or for an offeror(s) inability to access the document posted at the referenced website. I. In Phase Two, the University will accept proposals, submitted in response to the RFP, only from the offeror(s) selected in Phase One.
- Web Link
- http://bus.lanl.gov/bus5/vendor/solicitations/default.htm (http://bus.lanl.gov/bus5/vendor/solicitations/default.htm)
- Record
- Loren Data Corp. 20010529/63SOL001.HTM (W-144 SN50N0C7)
| 63 - Alarm, Signal and Security Detection Systems Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|