Z--HEHO Replace Fire and Security Alarm System

Agency:
State: Iowa
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159597286180979
Posted Date: Mar 7, 2024
Due Date: Mar 14, 2024
Source: Members Only
Follow
Z--HEHO Replace Fire and Security Alarm System
Active
Contract Opportunity
Notice ID
140P6024B0005
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MIDWEST REGION(60000)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 07, 2024 11:58 am CST
  • Original Response Date: Mar 14, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    110 Parkside Drive West Branch , IA
    USA
Description
SOURCES SOUGHT (MARKET SURVEY):

The National Park Service (NPS) is conducting a market survey to determine the interest and capability of contractors for a possible upcoming project. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy determination based on the results of this market survey.

Prime contractors interested in working at Herbert Hoover National Historic Site the work will consist of:

Removing existing fire alarm system and intrusion alarm system from 19 buildings; a wireless fire alarm system and a wireless intrusion alarm system will be provided for 13 buildings; a wired fire alarm system and a wired intrusion alarm system will be provided for 5 buildings; each of the 19 buildings will have a fire alarm control panel and intrusion alarm panel. In addition to this, the Visitor Center/Post Office will have a master fire alarm control panel and a master intrusion alarm panel; all the fire alarm panels and intrusion alarm panels will be networked together with new multimode fiber optic cable installed in new or existing underground conduits; selective work to provide a finished project such as cutting and patching, wood framing, gypsum board wall, door and frame, and painting. We anticipate that work would begin in late Summer 2024.

The NAICS code for this project is 238210, Electrical Contractors and Other Wiring Installation Contractors, with a small business size standard of $19M. The Magnitude of Construction anticipated is between $1,000,000 and $5,000,000. Interested contractors should also consider their construction bonding capacities when responding.

Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 238210 to be considered/confirmed.

All specifications documents/drawings will be provided if/when the government proceeds with a formal solicitation.

Interested firms must submit the attached Market Research Sources Sought Survey.

This market research is being conducted to acquire additional information about potential contractors that may be interested in performing this work. This is not an invitation for bid (IFB) and does not constitute any commitment by the Government to issue any solicitation. All interested firms must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on SAM.gov.

All responses must be submitted via email not later than 1200 CT, March 14, 2024. Email address: bridget_parizek@nps.gov. Include the reference number (140P6024B0005) in the subject line.
Attachments/Links
Contact Information
Contracting Office Address
  • 601 Riverfront Drive
  • OMAHA , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2024 11:58 am CSTSources 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 >