Massachusetts Bids > Bid Detail

Base Wide Fire Alarm Transmission System Design-Build Construction and Installation

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159407796741823
Posted Date: Jun 20, 2023
Due Date: Jun 30, 2023
Solicitation No: W911QY-23-R-1021
Source: https://sam.gov/opp/20d5bb4198...
Follow
Base Wide Fire Alarm Transmission System Design-Build Construction and Installation
Active
Contract Opportunity
Notice ID
W911QY-23-R-1021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 20, 2023 02:27 pm EDT
  • Original Response Date: Jun 30, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Natick , MA 01760
    USA
Description

This sources-sought is being issued for market research and planning purposes only - this is not a solicitation. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Natick Contracting Division will not be responsible for any costs incurred by interested parties responding to this sources-sought. The intent of this notice is to identify all businesses, including small business (SB) concerns, certified 8(a), HubZONE, service-disabled veteran-owned small businesses (SDVOSB), and women-owned small business (WOSB) concerns, capable of performing the requirements described below. Natick Contracting Division intends to request proposals at a later date for the following work associated with this notice:






  1. The purpose of this project is to provide Soldier Systems Center at Natick, Massachusetts, a reliable and code compliant means of transmitting fire alarm signals from existing fire alarm systems located in individual buildings, to a central receiving station located in Building 1. Currently, Natick uses a fiber optic cable loop to connect their Simplex fire alarm panels to the existing Simplex central receiver. This loop is not fully functional; there are five (5) legs in the loop that are non-functioning and unable to transmit, and there are four (4) building fire alarm panels which have not yet been connected to the loop.

  2. The Contractor must design and install a radio transceiver system that consist of transmitter panels and antennae at each building and central- station receiving equipment in Building 1. This system must be totally independent of the existing system and constructed in parallel without affecting the existing system’s operation. The existing Simplex receiving equipment and fiber optic cabling/equipment must not be demolished until the new radio system is operational and formal acceptance testing is complete.





The period of performance for all work shall be two-hundred and forty (240) calendar days from the date the Notice to Proceed (NTP) is issued. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Contracting Center, Natick Contracting Division, Natick, MA, in support of US Army Natick Soldier System Center Garrison, is seeking sources who are demonstrably capable of providing the following services:





1. Construction Management services with Project Management of schedule, budget, coordination and related construction meetings, subcontracting and other related administrative services.





2. Successful experience managing construction services in a compressed schedule with multiple phases.





3. Proven track record of completion of similar efforts, and the coordination of minimal disruptions for adjacent active spaces.





4. Experienced site supervision with the ability to plan, communicate, document, and sequence the work in a complex and phased environment.





5. The ability to work with Government agencies to shepherd a project to meet the required schedule and budget.





6. Command quality work from Contractors staff and subcontractors through quality assurance and controls.





All work associated with this requirement is located at Natick Soldier System Center (NSSC), 10 General Greene Ave, Natick MA 01760. Companies who are located close to the US Army Natick Soldier Center, located in Natick, MA are desired.





The North American Industry Classification System (NAICS) code for this effort is 236220 - Commercial and Institutional Building Construction. The small business size standard is $45.0 Million.





It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition. Interested parties should indicate interest by 2:00PM EST on June 30, 2023. Only electronic submissions are acceptable. Submit electronic copies to alexander.m.ponusky.civ@army.mil and brandon.j.rivett.civ@army.mil. This market research is for informational and planning purposes only. Failure to submit all information requested may result in a contractor not being considered as an interested party. All service-disabled veteran-owned small businesses, certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources-sought, the Government will determine whether a set-aside acquisition, in lieu of full and open competition, is in the Government's best interest. Interested companies are required to be registered in SAM.gov.





In response this sources-sought, the response shall include company name, address, Cage Code, EUID Number, TIN, business size and type (i.e., large, small, small and disadvantaged, 8(a)certified, woman-owned small, HUB Zone certified small, or service-disabled veteran-owned small business) for the applicable NAICS code, and Point of Contact information for your organization (name, phone number, e-mail address, etc.). The source/contractor shall also provide a brief capabilities statement and response to the requested experience-based information. Please title e-mail response "Response to W911QY-23-R-1021 Sources Sought".


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 20, 2023 02:27 pm EDTSources 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 >