Upgrade Fire Detection and Alarm System at FCC Tucson

Agency: JUSTICE, DEPARTMENT OF
State: Arizona
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159124969320480
Posted Date: Apr 26, 2023
Due Date: May 31, 2023
Solicitation No: 15BFA023B00000005
Source: Members Only
Follow
Upgrade Fire Detection and Alarm System at FCC Tucson
Active
Contract Opportunity
Notice ID
15BFA023B00000005
Related Notice
15BFA023B00000005
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
FAO
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 25, 2023 07:53 pm CDT
  • Original Date Offers Due: May 31, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2FF - REPAIR OR ALTERATION OF PENAL FACILITIES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Tucson , AZ 85756
    USA
Description

The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA023B00000005 for the award of a firm-fixed-price construction contract for a project entitled Upgrade Fire Detection and Alarm System at the Federal Correctional Complex (FCC Tucson), located in Tucson, Arizona.



FCC Tucson is a federal correctional facility located at 8901 S. Wilmot Rd Tucson, AZ 85756. The project consists of the following:



1. The work site includes all buildings and facilities related to FCC Tucson, which is a United States federal prison complex for male inmates located in Tucson, Arizona. FCC Tucson consists of two physically separated facilities, namely Federal Correctional Institution, Tucson (FCI Tucson), and United States Penitentiary, Tucson (USP Tucson). While both sites share some similarities and shared resources, they are physically separated by about 0.5 miles apart and are located on opposites sides of the street (Wilmont Road). In addition, there are a few remotely located sites and buildings, such as the satellite Camp for minimum-security offenders located near the USP, as well as a weapon range, and radio communication towers.



FCI Tucson is a medium-security United Stated federal prison for male inmates, as well as an administrative facility for both male and female offenders. The institution was originally designed and constructed in the late 1970’s and early 1980’s, becoming operational in 1982. While some buildings are original construction, other buildings have been added to the facility over the years. Some existing buildings have been extensively renovated, including structural additions and expansions.



USP Tucson is a high-security United States federal prison for male inmates, but also includes a satellite prison camp for minimum-security male offenders. Construction of the USP was completed in 2005. Due to the recent age of construction, most of the facility remains original, with minor remodels and rework of interior spaces in limited locations.



2. The work included in this contract includes but is not limited to:



a. New addressable, automatic and manual fire alarm system for entire building. The Contractor will provide detailed shop drawings, prepared as a delegated-design submittal, and sealed and signed by a qualified design professional (NICET Level 3 minimum or Licensed Professional Engineer).



b. The system must include a voice evacuation system as an integral part of the fire alarm system. Voice evacuation speakers are required throughout every area that requires audible notification.



c. Fire-fighters two-way communication system must be provided. Firefighter’s twoway communication phones must be provided throughout requires locations on every floor.



d. The wiring system for this system must meet Level 3 Pathway Survivability, which will required 2-hour rated cables inside metallic conduits in this sprinklered building. All other wiring must meet Level 1 Pathway Survivability.



e. The new fire alarm system will be monitored and controlled using new UL listed central monitoring and control workstation desktop computer connected to the new fire alarm system network. The Control Room will be the location of the workstation and used as an on-premise proprietary monitoring station.



f. Select floors will be equipped with a Fire Alarm Control Units (FACU). The FACUs will generally serve floors above and below the floor where FACU is located. See the Statement of Work/Specifications attachment (updated SOW to be issued with solicitation at a later date) for the complete requirements of the work.



g. Select floors will be equipped with one or more remote booster power supply (NAC) units and voice evacuation amplifiers for notification appliance circuits.



h. All floors above first floor will be equipped with a graphic remote annunciator near a guard stations.



i. The new fire alarm network, including voice evacuation system and two-way firefighters communication system, will be connected as a Class X system using copper. Two-way firefighters communication system must meet Level 3 Pathway Survivability. All other wiring must meet Level 1 Pathway Survivability.



j. Initiating circuits will be Class A. Each floor will have a combination of manual pull stations and automatic detectors.



k. Notification circuits will be Class B. All areas must have complete notification appliance coverage throughout the building.



l. Mechanical units, including roof top units and fan coil units, will be interfaced with fire alarm system for fan shut down.



m. All fire sprinkler system risers flow and tamper switches will be interfaced with the fire alarm system.



n. Post Indicator Valves (PIV) located on the exterior around the site will be interfaced with the fire alarm system. New underground conduit will be required for all PIV locations.



o. Kitchen Fire Suppression (Ansul) systems will be interfaced with the Fire Alarm System.



p. Other Fire Suppression systems, i.e. storage units with chemical or pre-action systems, will be interfaced with the Fire Alarm System.



q. Programming and configuration of the fire alarm network, central monitoring and control workstation, fire alarm control units and all associated devices and equipment.



r. Testing, inspection and commissioning of the entire system and all associated devices and equipment.



s. New 20A, 120V circuit breakers and power branch circuits from existing power panelboards to supply FACU and NAC units in each building.



t. While there are some ceiling and side access panels and hatches available, the ceiling space is congested with existing utilities in many locations. Contractor will be responsible for cutting/patching of ceilings and walls will be required to install new conduit and wiring in existing ceiling spaces.



u. It is expected that hazardous material, including but not limited to, lead-based paints and asbestos will be present at the site. Contractor is responsible for avoiding disruptions to the hazardous material where possible. Where disruption is necessary, provide mitigation as required to complete the scope of work.



v. Many of the walls are CMU/Concrete construction which will require core drilled penetrations to run the new conduit system.



w. Certifications by Contractor’s design professional stating that the installation was completed based on the detailed shop drawings and meets all applicable Code requirements and regulations.



See the Statement of Work/Specifications attachment included with the solicitation posting for the complete requirements of the work.



The performance period for the project will be 365 Calendar Days from issuance of the notice to proceed.



The NAICS code for this requirement is 238210 with a corresponding small business size standard of $19 million. Pursuant to Federal Acquisition Regulation (FAR) 36.204, the estimated magnitude of the project lies between $5,000,000 and $10,000,000. (NOTE: This range is one of 8 available ranges from FAR 36.204 and is not meant to imply that the project has necessarily been estimated/budgeted to the maximum of the selected range. It merely conveys that the estimate/budget lies somewhere within that range.)



The solicitation will be distributed solely through the Contract Opportunity website at https://www.sam.gov. Hard copies of the solicitation will not be made available. The website provides download instructions.



The "Sensitive /Secure package Upload" option will be selected for this procurement. All secure/locked documents uploaded, to include the solicitation, will require an active SAM vendor registration to obtain access. In addition, only those vendors who have been issued a valid Marketing Partner Identification Number (MPIN) from www.sam.gov will be granted access. If your firm does not have the NAICS code listed in www.sam.gov required for this solicitation, an email may be forwarded to your firm requesting an explanation as to why your firm should be granted access.



If you encounter problems accessing these documents, please contact the Federal Service Desk at 866-606-8220. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action.



IMPORTANT: Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in https://www.sam.gov. In order to qualify for award, your business size metrics information entered in your www.sam.gov SAM registration must be less than or equal to the size standard specified above.



Each bidder's www.sam.gov registration will be reviewed by the Government to confirm that your business size meets the small business size standard requirement. All bidders are urged to double check their www.sam.gov registration and update as necessary, including the size metrics information.



This is a 100 percent small business set-aside. You must be registered in www.sam.gov as a small business (see FAR provision 52.219-1 in the Representations & Certifications section of your www.sam.gov registration).



Pre-Bid Site Visit (See Instructions to Bidders):



(b) An organized site visit has been scheduled for Wednesday, May 10, 2023, at 9:00 A.M. local time



(c) Participants will meet at 8901 S. Wilmot Rd Tucson, AZ 85756



Electronic Bid Submission (See Instructions to Bidders):



Upload Bid Electronically to JEFS App Box: https://jefs.app.box.com/f/542d96321b134318bb1b9e2dd7a4b902



Electronic Bid Opening: :



Held on Microsoft Teams see Instruction to Bidders Section V. Electronic Bid Submission & Bid Opening




Attachments/Links
Contact Information
Contracting Office Address
  • USAF RES CMPLX 346 MARINE FORCES DR
  • GRAND PRAIRIE , TX 75051
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 24, 2023[Sources Sought (Original)] Upgrade Fire Detection and Alarm System at FCC Tucson
Apr 6, 2023[Presolicitation (Original)] Upgrade Fire Detection and Alarm System at FCC Tucson
May 19, 2023[Solicitation (Updated)] Upgrade Fire Detection and Alarm System at FCC Tucson
May 31, 2023[Solicitation (Updated)] Upgrade Fire Detection and Alarm System at FCC Tucson

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 >