Washington, DC Bids > Bid Detail

FIRE ALARM REPLACEMENT, TMFJB, WASH DC

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159611734416907
Posted Date: Feb 6, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/2a8b7e3dc6...
Follow
FIRE ALARM REPLACEMENT, TMFJB, WASH DC
Active
Contract Opportunity
Notice ID
AOCACB24R0043
Related Notice
Department/Ind. Agency
ARCHITECT OF THE CAPITOL
Sub-tier
ARCHITECT OF THE CAPITOL
Office
ACQUISITION & MATERIAL MAN DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 06, 2024 09:26 am EST
  • Original Response Date: Feb 27, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20002
    USA
Description

SOURCES SOUGHT AOCACB24R0043 – FIRE ALARM REPLACEMENT, TMFJB, WASH DC



The Architect of the Capitol (AOC) is issuing a Sources Sought Announcement a FIRE ALARM REPLACEMENT project at Thurgood Marshall Federal Judicial Building (TMFJB) 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 RFP/Solicitation is scheduled to be issued in JULY 2024. The construction is expected to start in the Spring of 2025 and last 18-24 months. The estimated construction cost is estimated between $22,000,000 and $28, 000.000 (this includes Base and Options)



SOLICITATION



The solicitation is expected to include the following:



Base CLIN 001 – Full Fire Alarm Replacement



Option CLIN 002 – Smoke Detection Upgrade – all work will be completed in Base period of performance. The Government has 30 days after contract NTP to award the Option.



Anticipated Best Value/Tradeoff (Lowest Price Technically Acceptable) evaluation criteria are as follows:



Factor 1 – Prime Personnel



Factor 2 – Prime Experience



Factor 3 – Subcontractor Experience



Factor 4 – Technical Approach/Schedule



Factor 5 - Past Performance



Factor 6 – Price (not rated)





OBJECTIVES



Introduction:



The Thurgood Marshall Federal Judiciary Building (TMFJB) Fire Alarm (FA) Replacement Study & Design project objective is to replace the existing Simplex 4100 fire alarm system with a new modern addressable fire alarm system.



The project must achieve the following:




  1. Provide a more maintainable, reliable, fully functional addressable fire alarm system.

  2. Design shall be in accordance with IBC 2015, NFPA 72-2016, 2018 AOC Design Standards, AOC A/E Design Manual.

  3. Replace existing fire alarms control equipment and fire alarm equipment.

  4. Provide interior finish work such as gypsum wall bord, ceiling panels and painting walls.

  5. Demolish existing fire alarm equipment.

  6. New system shall incorporate and maintain the controls of the smoke management and smoke removal systems.

  7. New system shall allow for modular expansion.

  8. Prioritize parallel fire alarm infrastructure to maintain continuity of operation while system is being replaced to limit outages.

  9. Achieve the project goals without harmful impact to the architecturally significant spaces and materials identified in the Building’s Preservation Guide. Design impacts to all spaces and materials to be reversible to the greatest possible extent.

  10. Quantity of Existing Fire Alarm System Components:



Project Summary Statement:



Fire Alarm Replacement Study & Design, AOC Project No. SC22005R, will provide a design to replace the existing fire alarm control equipment (head-end) and devices in kind to achieve a fully functional addressable fire alarm system utilizing the latest model equipment and technology. The Study outlined in this document shall dictate if the existing fire alarm backbone and field circuits can be retained, repaired, or added to.



Executive Summary:



This project was commissioned by AOC to address ongoing concerns of the existing TMFJB fire alarm systems. The existing system breakdowns, false alarms, and repairs are increasing as the equipment ages, and replacement parts are difficult to obtain. Without timely replacement, there is potential for further deterioration to the system and an increased risk of failure.



The existing building includes three stories below grade and seven stories above grade and utilizes Type IIA construction with a total area of approximately 1,100,000 sf. The TMFJB is provided with a complete automatic sprinkler system. A voice evacuation fire alarm system with speaker/strobe notification is provided for the building. Partial coverage automatic smoke detection is provided in select locations for elevator recall and within air duct systems as well as limited locations in the office suites.



Field surveys of the fire alarm and smoke control systems were performed to observe the existing systems and identify existing deficiencies, areas of non-compliance, or where industry best practices could reduce the fire and life safety risk of the facility. Based upon the options outlined in the POR, the Architect of the Capitol has selected the option for a full replacement of the existing fire alarm system, with an alternate for smoke detection throughout the building.



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.



Project Overview: Phasing:



• Phase 1A: FCC



• Phase 1B: Mezzanine, Network Raceways, and Remote-Control Unit Cabinets



• Phase 2: Upper/Lower Garage



• Phase 3: Concourse Level



• Phase 4: Ground Floor



• Phase 5: Level 2



• Phase 6: Level 3



• Phase 7: Level 4



• Phase 8: Level 5



• Phase 9: Level 6



• Phase 10: Level 7 and Penthouse



• Phase 11: Transition Smoke Control



• Phase 12: Demolition of all Existing Head End Equipment



Phase 1A:




  • Consolidate, remove smoke removal equipment

  • Install FACU cabinet

  • Install FACU battery, amplifier & NAC cabinets

  • Install interconnecting raceways

  • Rough-in inspection

  • Pull cable

  • Test fiber & cable

  • Cable install inspection

  • Install control equipment

  • Program Mezzanine & Garage levels



Phase 1B:




  • Install data & DAL riser’s raceways

  • Install remote NAC, amplifier & FAC cabinets

  • Install raceway

  • Rough-in inspection

  • Pull riser fiber

  • Pull Mezzanine wire & cable

  • Test fiber

  • Test cable

  • Cable install inspection

  • Install field devices

  • Contractor performs pretest & checkout of system programming

  • Owner acceptance test

  • Decommission and tag-out existing



Phase 2 through 10:






    • Install raceway

    • Rough-in Inspection

    • Pull riser fiber

    • Pull upper & lower garage wire & cable

    • Test fiber

    • Test all cable

    • Cable install inspection

    • Install field devices

    • Contractor performs pretest & checkout of system programming

    • Owner acceptance test

    • Decommission & tag-out existing system devices





Phase 11:




  • Transition Smoke control



Phase 12:




  • Demolition of all existing head-end equipment.



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 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 FEBRUARY 27, 2024. Responses should be addressed to Susan Dunnagan and emailed to susan.dunnagan@aoc.gov . The Government will not pay for any material provided in response to this market survey 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. The results of this survey 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 2nd & D Streets, SW FHOB - Room 264
  • Washington , DC 20515
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 06, 2024 09:26 am 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.

Start Free Trial Today >