SOLICITATION NOTICE
N -- 598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM
- Notice Date
- 2/20/2025 6:23:34 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625R0055
- Response Due
- 3/7/2025 10:00:00 AM
- Archive Date
- 05/06/2025
- Point of Contact
- Julius Jones, Contract Specialist, Phone: 501-918-1200
- E-Mail Address
-
Julius.Jones@va.gov
(Julius.Jones@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through RFP procedures under FAR 15 and other FAR Parts and Subparts as applicable. The Central Arkansas Veterans Healthcare System (CAVHS) has a requirement Repair/Replace Fire Alarm Systems - NLR/JLM, Project #598-22-125. The tentative date for issuing the RFP is on or around March 11, 2025, with proposals due approximately 30 calendar days later on or around April 10, 2025. There will be no public bid opening. Contract award will occur upon evaluation and selection of the proposal determined to best serve the Government. The recommended period of performance is 365 calendar days after issuance of the Notice to Proceed. Location of the work is at both campuses: the John L. McClellan Memorial Veterans Hospital (JLM), 4300 W. 7th Street, in Little Rock, AR 72205 and the Eugene J. Towbin (EJT) VA Healthcare Center, 2200 Fort Roots Drive, North Little Rock, AR 72114. The point of contact for this notice is Contract Specialist, Julius Jones at Julius.Jones@va.gov.Telephone requests will NOT be accepted. Abbreviated Scope of Work: This project provides fire alarm front-end upgrades/replacement for all buildings on the JLM and EJT campuses. As part of this project, the security system shall be separated from the fire alarm system creating a separate security loop. This project is an equipment replacement and not a life safety upgrade. The existing fire alarm system servicing both campuses is Edwards. The Edwards front-end system shall be replaced with EST-4, programmable Fire Alarm Control Panel (FACP). Power for the new panel shall be provided from the exiting circuit serving the fire alarm system. The new FACP shall be located within the vicinity of the existing FACP. Patching and finishing of walls shall be completed as required. The project shall install smoke detectors in fire alarm control panel rooms that currently do not have smoke detectors units. The project is in an occupied and fully functioning hospital. All technical considerations associated with such, as well as, appropriate noise, language and behavioral considerations shall be followed to the maximum extent. The GC shall be responsible for removing, temporarily storing, and reinstalling existing VA furnishings and equipment. The storage location will be on site but not necessarily inside the facility. The project work sequence shall be working on one building at a time. The existing panel shall be kept operational until the new FACP is installed, all points transferred to the new panel, and tested. The demolition work shall involve removal of existing FACP, any redundant wires, and any redundant conduits associated with the fire alarm panel. Contractor parking shall be coordinated with the Contracting Officer s Representative (COR). The contractor shall park in the designated spots only. Contractor inside laydown and storage area shall be contained in the project area only. Additional outdoor space may be available. Contractor to coordinate with COR. Contractor shall maintain jobsite in a clean and orderly fashion at all times. Daily cleanup is required. Contractor shall protect existing building structure, finishes, fixtures and/or systems that are slated to remain. Any damage caused by Contractor shall be repaired at contractor s expense. In areas of ceiling removal, fire protection system must be modified or a continuous fire watch employed. See specification section 01 35 26 Safety Requirements. The Contractor is responsible for verifying dimensions, existing utilities and other information presented in this document, project plans and/or specifications. The Contractor s price shall include all direct (Bare Cost) and indirect costs (Coefficient) including labor, materials, equipment, transportation, incidentals, and taxes. Prior to any mobilization and construction, the contractor shall request and have an approved Infection Control Construction Permit, Construction Safety Plan, and an Interim Life Safety Measures Certification from the VAMC. Also, project/construction schedule, schedule of values/prices and construction phases must be provided and approved by the Contracting Officer. Contractor is responsible for maintaining a minimum of ICRA level 3 or 4 for all areas depending upon the infection control permit requirement. The Contactor and subcontractors shall attend a Safety training provided by Central Arkansas Veterans Hospital before any work begins. This training includes Infection Control. All Superintendents are required to have an OSHA 30-hour safety training certification. All employees working on site must have an OSHA 10-hour safety training. This training is not provided by the VA. NAICS 236220 Commercial and Institutional Building Construction is applicable to the RFP and the Small Business Size Standard is $45M. The Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. Interested offerors are asked to first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP, as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site visits or make-up Site Visits will be granted. The RFP number for this project is 36C25625R0055. The RFP will be posted and can be downloaded (without charge) from the SAM.gov website. Amendments to the RFP will not be mailed but will be posted at the SAM.gov website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website as necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that it is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Small Business Association website (Veteran Small Business Certification (VetCert)) and have the Veterans Small Business Certification. SDVOSB concerns must also be registered in the System for Award Management (SAM) database at www.sam.gov. DISCLAIMER: This Pre-solicitation Notification is NOT a Solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any liability associated with the submission of information in response to this notice is the responsibility of the submitting contractor. The Government shall not be held responsible or liable for any information submitted, or for any costs associated in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8077fa540fef4629b8e46e5d65dfcb3b/view)
- Place of Performance
- Address: Eugene J. Towbin (EJT) VA Healthcare Center 2200 Fort Roots Drive, North Little Rock 72114
- Zip Code: 72114
- Zip Code: 72114
- Record
- SN07347975-F 20250222/250220230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |