Arkansas Bids > Bid Detail

Fire Alarm System Upgrade - Pine Bluff Arsenal

Agency:
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159610844405303
Posted Date: Oct 3, 2023
Due Date: Oct 3, 2023
Source: https://sam.gov/opp/21a1301b9a...
Follow
Fire Alarm System Upgrade - Pine Bluff Arsenal
Active
Contract Opportunity
Notice ID
W519TC-23-B-2002
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 RI
Office
W6QK ACC-RI
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 03, 2023 12:37 pm CDT
  • Original Published Date: Aug 14, 2023 08:56 am CDT
  • Updated Date Offers Due: Oct 03, 2023 01:00 pm CDT
  • Original Date Offers Due: Sep 18, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 18, 2023
  • Original Inactive Date: Oct 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    AR 71602
    USA
Description View Changes

1. The purpose of Amendment P0004 to Solicitation W519TC-23-B-2002 is to update the Bid Opening Date via Microsoft Teams Teleconference as follows:





From:



9 October 2023 9:00 am CT



To:



10 October 2023 9:00 am CT





2. All other terms and conditions of this solicitation remain unchanged.



-----------------------------------------------------------------------------------------------------------------------------------------------------



1. The purpose of Amendment P0003 to Solicitation W519TC-23-B-2002 is to update the due date for technical

proposals and update the timeline as follows:





Technical Proposals (Step-One) due – 19 September 2023 @ 1:00 pm CT

Price Bid (Step-Two) – 3 October 2023 @ 1:00 pm CT

Bid Opening via Microsoft Teams Teleconference – 9 October 2023 9:00 am CT





2. All other terms and conditions of this solicitation remain unchanged.



-------------------------------------------------------------------------------------------------------------------------------------------------------------------



1. The purpose of Amendment P0002 to Solicitation W519TC-23-B-2002 is to provide responses to contractor

questions after the conclusion of the site visit.





Q: Are all conduits explosion proof?

A: Yes

Q: Are all fire alarm devices explosion proof?

A: Yes

Q: SOW shows 1 panel with 4 separate zones. Building has 5 spaces A-E. Do we need it to be 5 separate

zones?

A: No, the building will have 4 separate zones

Q: What are the designated exits?

A: A drawing displaying the exits will be provided to contractors separately

Q: Does the panel need to be centrally located?

A: Yes

Q: Does this need to be Class A circuits?

A: Yes





2. All other terms and conditions of this solicitation remain unchanged.



----------------------------------------------------------------------------------------------------------------------------------------------------------------------------



1. The purpose of Amendment P0001 to Solicitation W519TC-23-B-2002 is to schedule the sitie visit and update the timeline as follows:





Solicitation Issued – 21 July 2023

Deadline for Registration for Site Visit – 28 August 2023 @ 1:00 pm CT

Site Visit – 29 August 2023 @ 9:00 am CT

Questions from Site Visit due by 31 August @ 4:00 pm CT

Technical Proposals (Step-One) due – 12 September 2023 @ 1:00 pm CT

Price Bid (Step-Two) – 26 September 2023 @ 1:00 pm CT

Bid Opening via Microsoft Teams Teleconference – 2 October 2023 9:00 am CT





2. Site Visit information





a) There will be no Q&A during the site visit.

b) Interested contractors shall contact eric.d.contreras2.civ@army.mil & john.g.fotos.civ@army.mil

to request base access forms.





3. Questions after the site visit shall be submitted to eric.d.contreras2.civ@army.mil &

john.g.fotos.civ@army.mil. The answers to the Q&A shall be posted in a subsequent solicitation

amendment.





4. All other terms and conditions of this solicitation remain unchanged.



------------------------------------------------------------------------------------------------------------------------------------------------------



The U.S. Army Contracting Command – Rock Island (ACC-RI) issues Invitation for Bid (IFB) W519TC-23-B-2002

for a fire alarm system upgrade at building 44-110 located on Pine Bluff Arsenal in accordance with current NFPA

(National Fire Protection Association) and UFC (United Facilities Criteria) guidance. The requirement shall be

completed in accordance with and meet all requirements of the Statement of Work (SOW), and the specifications

contained in this solicitation.





This IFB is issued as full and open competition. The Government intends to award a single Firm-Fixed-Price (FFP)

Contract. This IFB is issued using the Two-Step Sealed Bidding Method in accordance with Federal Acquisition

Regulation (FAR) part 14.503. See “Instructions to Bidders” for Technical Requirements and Evaluation Criteria.





The corresponding NAICS code is 561621; the small business size standard is $25,000,000.00; and the Product

Service Code (PSC) is 6350.





The magnitude for this construction requirement is between $250,000.00 to $500,000.00.





Vendor will perform work required under this solicitation via FOB Destination at Pine Bluff Arsenal, postal address:





10020 Kabruch Circle

Pine Bluff, Arkansas

71602-9500





A site visit will be scheduled within 15 days of the release of this IFB. All interested contractors are encouraged to

attend the site visit. All information pertaining to the scheduling of, and attending for the site visit is forthcoming

and will be posted as an amendment to this IFB.





Technical proposals (Step-One) shall not include pricing information. Only one technical proposal may be submitted

by each offeror. Technical proposals are due by 1:00 PM CT on the 10th business day following the completion of

the site visit, and shall be emailed to the following POCs:





Contract Specialist: Mr. Eric Contreras at eric.d.contreras2.civ@army.mil

Contracting Officer: Mr. John Fotos at john.g.fotos.civ@army.mil





If a technical proposal (Step-One) is found not technically acceptable, a notice of unacceptability will be forwarded

to the Bidder upon completion of the technical proposal evaluation (Step-One) and final determination of

unacceptability.





Upon completion of the technical evaluation (Step-One), a notice of acceptability will be sent to Bidders whose

proposal was determined technically acceptable. Price Bid (Step-Two) shall then be submitted, via email, by 1:00

PM CT on the 10th business day following the acceptance of the technical proposal to the following POCs:





Contract Specialist: Mr. Eric Contreras at eric.d.contreras2.civ@army.mil

Contracting Officer: Mr. John Fotos at john.g.fotos.civ@army.mil





Bidders are cautioned to ensure their Step-Two bids are fully complete, including fill ins. Any bidder submitting a

bid agrees by submission that their bid and the prices contained therein will be valid for 60 days after receipt of bids.





The prevailing Davis-Bacon Act for wage determination will be incorporated into the resultant contract and will be

in effect for the entire performance period of the resultant contract. The most recent wage determination can be

found online at SAM.gov as well as within Attachment 001 – Wage Determination. If the wage determination is

revised during the period of performance, it shall be provided to the contractor through modification to the resultant

contract.





Attachments:

001 – Wage Determination

002 – Price Matrix

003 – CDRL 001: Contractor Manpow er Reporting

004 – CDRL 002: AT Level 1 Training Certif icates

005 – CDRL 003: iWatch Training Certificates

006 – CDRL 004: Names and Personnel Data

007 – CDRL 005: Contractor Manpow er Reporting

008 – CDRL 006: Submittals





This executive summary is provided as an administrative convenience and is not intended to alter the terms and

conditions of the IFB in any way.





The points of contact for this action are Mr. Eric Contreras at eric.d.contreras2.civ@army.mil, and Mr. John Fotos at

john.g.fotos.civ@army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >