Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building, Washington DC
Agency: | ARCHITECT OF THE CAPITOL |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159451663936421 |
Posted Date: | Feb 27, 2023 |
Due Date: | Mar 13, 2023 |
Solicitation No: | AOCACB23R0032 |
Source: | https://sam.gov/opp/4c792345df... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 27, 2023 12:37 pm EST
- Original Response Date: Mar 13, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Washington , DC 20515USA
SOURCES SOUGHT
AOCACB23R0032, Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building (JMMB), Library of Congress in Washington, DC.
The Architect of the Capitol (AOC) is issuing a Sources Sought Announcement for the Fire Alarm and Audibility Upgrade Project at the James Madison Memorial Building (JMMB), Library of Congress in Washington, DC. This announcement is to determine the interest, availability, and capability of firms to perform the work described below. The NAICS code for this procurement is 236220. The project is scheduled to be issued on or about March 26, 2023. The construction will likely start in the Fall of 2023 and is expected to take about 48 months to complete. The estimated construction cost is estimated between $18,000,000 and $26,000.000 (Phase 1 and 2 – Base Bid).
PROJECT OBJECTIVES
The project consists of a design for a new Voice Evacuation System, new addressable detection devices to replace existing conventional detection devices, new monitoring panels and code compliant wiring to provide a complete networked fire alarm system for the entire building. In addition, existing devices, including pull stations, will be brought into compliance with applicable codes.
Phase 1 shall include all infrastructure, network components, user interfaces and associated programming for the entire building. Phase 1 shall also include the replacement of all floor devices and appliances on Sub-Basement, Basement, Ground, First and Second Floors as indicated on the drawings. The end of Phase 1 shall provide a completely operational fire alarm and emergency voice notification system through the noted floors via the notifier system with required connections to the existing autocall system to support the remaining floor. Autocall components on the Sub-Basement through Second Floors shall be demolished to the extent possible while maintaining the remaining floors operations.
Phase 2 shall include the replacement of all floor devices and appliances on the Third, Fourth, Fifth, Sixth and Seventh Floors as indicated on the drawings. The end of Phase 2 shall have the entire building served by the notifier system. All remaining autocall components shall be demolished.
The Contractor shall provide all supervision, plant, labor, materials, tools, and equipment, to carry out all work and operations as necessary. All work shall be completed in accordance with all federal, state, District and local laws and regulations.
INTERESTED PARTIES
Interested firms should submit a capabilities package to include their qualifications and experience with performing projects of similar size, nature, and complexity. Please indicate what qualifications, certifications, or past experience uniquely qualifies the offeror's firm to perform the above-described work. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last ten years. Please indicate the team of subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications if subcontractors are planned to be used.
Responses are limited to 10 pages. Responses are due 03/13/2023 by 5:00 PM (EST) and should be addressed to Jeffrey Kuhl, AOC Contracting Officer via email at Jeff.Kuhl@aoc.gov. The Government will not pay for any material provided in response to this Sources Sought nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this Sources Sought will be considered to be in effect for a period of one year from the date of this notice.
Please do not contact any other AOC personnel regarding this Source Sought notification.
- 2nd & D Streets, SW FHOB - Room 264
- Washington , DC 20515
- USA
- Jeffrey Kuhl
- Jeff.Kuhl@aoc.gov
- Feb 27, 2023 12:37 pm ESTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.