Similar Projects
Lundbar Hills Backup Generator And Fire Pump Booster Replacement
Renovation, Infrastructure
Conception
Less than $250,000 est. value
Eureka, CA 95503

Mather Community Campus - Building 1706 - Install Addressable Fire Alarm System - P027987 - Sacramento County
Alteration
Conception
$1,200,000 est. value
Rancho Cordova, CA 95655

J035--Grease Hood Fire Protection Maintenance
Term Contract
Design
Palo Alto, CA 94304

Golden Gate Bridge Suicide Deterrent System Fire Training Tower Modifications
Alteration
Bidding
$2,500,000 est. value
San Francisco, CA

Fire Protection and Fire Alarm Systems Inspection, Maintenance and Repair Services
Alteration
Bidding
San Francisco, CA

Fire Alarm System
Renovation
Sub-Bidding
$300,000 CJ est. value
Ione, CA 95640

Fire Protection System Maintenance Services
Term Contract
Sub-Bidding
San Diego, CA 92101

Cain Library and SBS Building Fire Safety System Upgrades
Alteration
Post-Bid
$1,500,000 est. value
Sacramento, CA

New High Bay Sprinkler System in Purchasing Warehouse
Alteration
Post-Bid
Concord, CA 94520

Fire Alarm Maintenance and Monitoring Services
Alteration
Results
$90,702 est. value
Los Angeles, CA 90081

Kitchen Grease Hood Exhaust Fire Suppression System Replacement Installation
Alteration
Results
$250,000 est. value
Tehachapi, CA 93561

Welding Instruction Facility
New Construction
Pending Verification
$2,900,000 est. value
Fontana, CA 92335

Paul F. Hom M.D. Primary Care Facility - Replace Fire Alarm System - P956621 - Sacramento County
Alteration
Conception
$770,000 est. value
Sacramento, CA 95820

UCLA MP 100 Suite 100 CT/MRI Replacement - Bid Package 09 Fire Sprinklers Re-Bid
Renovation
Sub-Bidding
$4,450,000 CJ est. value
Los Angeles, CA 90012

H112--644 Fire Extinguisher Inspection & Maintenance
Term Contract
Post-Bid
Phoenix, Prescott, AZ - Loma Linda, CA - Albuquerque, NM 85012

Reported 08/20/2022 12:00 AM
Project Title

812 CES Fire Department Public Announcement System Installation and Maintenance Services

Physical Address View project details and contacts
City, State (County) Edwards, CA 93523   (Kern County)
Category(s) Single Trades
Sub-Category(s) Fire Protection
Contracting Method Competitive Bids
Project Status Sub-Bidding,
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Amendment #1 to this Combine Synopsis/Solicitation is to provide offerors with Amendment 1 Attachment document, dated 27 May 2022, that details where existing speakers are located and building diagrams to provide additional help in preparing a quote. In addition, this amendment also includes information on when questions from offerors are due, as well as when the Government will provide answers to questions received, see section (xv) below. Changes made in this Amendment #1 to the solicitation are annotated by bold, underlined itilized font. This is a Combined Synopsis/Solicitation for Installing a Public Address System that is interconnected to all Fire Stations and provides emergency response notification at Edwards Air Force Base in accordance with the attached Statement of Work (SOW). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR subpart 13.5) will be used for this requirement. (ii) Solicitation number: FA9301-22-Q-0023 *Please provide the full solicitation number on all packages* This solicitation is issued as a Request for Quote (RFQ). Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-04, DPN 20220318, AFAC 2022-0502. (iv) This solicitation is provided for a small business set-aside. The North American Industry Classification System (NAICS) number for this acquisition is 238210 with a size standard of $16,500,000. (v) Period of Performance (PoP): estimated to begin 01 July 2022 and end 30 June 2027. The CLIN structure is located in attachment "Solicitation - FA930122Q0023" (vi) 812 CES Fire Department Public Announcement System Installation and Maintenance services. (vii) n/a (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: The solicitation number; The time specified in the solicitation for receipt of offers; The name, address, and telephone number of the offeror; DUNS Number: CAGE Code: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents if necessary; Terms of any express warranty Price and discount terms "Remit to" address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically; Acknowledgement of solicitation amendments; If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) applies to this acquisition. ADDENDUM to FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price [The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s)]. (ii) Technical capability of the time offered to meet the Government requirement; (Your offer package MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in the Statement of Work. Failure to provide enough information will result in a determination of offer being technically unacceptable to the solicitation.) This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor's ability to provide the product and related service as outlined in the Statement of Work attachment. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -Commercial Items (Oct 2018), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2018), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition and listed in the attachment labeled "Sample Contract - FA930121Q0020". Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/ (xiii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled "Solicitation- FA930122Q0023". The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. (xiv) Defense Priorities and Allocation System (DPAS): N/A (xiv) IMPORTANT - A site visit will be scheduled on 25 May 2022 at 9:00 AM, participation in the site visit is not mandatory; however, it is highly encouraged to help offerors understand the full scope and scale of the requirement. Each contractor may send up to two participants. Each participant must be cleared by Security Forces in order to attend. To register for the site visit send the following information to Mrs. Jillian Marroquin and Lt. Bryan Rivera-Bruno (contact information below) no later than 20 May 22 at 4:00 PM PDT. Late submittals to this due date/time for attendance will not be guaranteed access to the site visit. Upon receipt of the following needed information, Ms. Marroquin and Lt Rivera-Bruno will provide additional details to site visit attendees: Last Name First Name Date of Birth Driver's License Number Driver's License State (xv) Quote Submission Information: All questions or comments are due by 4:00 PM, Pacific Standard Time (PST) on 03 June 2022 and must be sent to BOTH Jillian Marroquin at jillian.marroquin@us.af.mil and Lt. Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil via e-mail only. Answers to questions are anticipated to be posted via an amendment to this solicitation by 07 June 2022. Offers quotes are due by 16 June 2022 at 4:00 PM, PST. Offers must be sent to Jillian Marroquin at jillian.marroquin@us.af.mil and Lt. Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil via e-mail only. No late submission will be accepted. (xvi) For additional information regarding this solicitation contact (email only): Primary Point of Contact: Jillian Marroquin at jillian.marroquin@us.af.mil and Lt. Bryan Rivera-Bruno at bryan.rivera-bruno.1@us.af.mil Secondary Point of Contact: Joshua P. Vasquez at joshua.vasquez.5@us.af.mil

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Panel Doors, Multi-Leaf Vertical Lift Doors.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Flooring, Acoustic Treatment, Painting, High-Performance Coatings.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet Compartments, Shower and Dressing Compartments, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Lockers, Wardrobe and Closet Specialties, Flagpoles, Flags and Banners.
Division 11 - Equipment, Unit Kitchens.
Division 12 - Furnishings, Countertops, Rugs and Mats.
Division 14 - Conveying Equipment, Slide Pole Systems, Firehouse Slide Poles.
Division 21 - Fire Suppression, Facility Fire-Suppression Water-Service Piping, Fire-Department Connections, Fire Pumps.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Facility Water Distribution, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Emergency Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Power Distribution Units, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Common Work Results for Communications, Structured Cabling, Call Management, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents