BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a detention facility in San Diego, California. Completed plans call for the renovation of a detention facility.

Contract Award Date: Sep 01, 2023 Contract Award Number: 15BFA023C00000020 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: GSYXXX6F5TL4 Contractor Awarded Name: American Alarm Co., Inc. Contractor Awarded Address: Antioch, CA 94509 USA Base and All Options Value (Total Contract Value): $3,492,957.00 The Federal Bureau of Prisons (FBOP) is issuing solicitation 15BFA023B00000006 for the award of a firm-fixed-price construction contract for a project entitled Upgrade Fire Detection System at the Metropolitan Correctional Center (MCC San Diego), located in San Diego, California. MCC San Diego is a Federally owned facility located at 808 Union Street San Diego, CA 92101 utilized for detention of both male and female occupants prior to and during court hearings as well as inmates serving sentences. Constructed approximately in 1974, MCC San Diego is a 12-story building with lower and upper basement, lower roof recreation area, upper roof mechanical and elevator machine room. 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. 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 $1,000,000 and $5,000,000. (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, July 12, 2023, at 9:00 A.M. local time (c) Participants will meet at 808 Union Street San Diego, CA 92101 Electronic Bid Submission (See Instructions to Bidders): Upload Bid Electronically to https://jefs.app.box.com/f/654239f7ed2245289553e0a5d5cf187d Any questions relating to the solicitation after the closing of the pre-bid conference/site visit shall be sent in WORD FORMAT to Martin Guidry Contracting Officer, via email at mguidry@bop.gov no later than Friday, July 14, 2023, at 12 noon CST. In order to provide sufficient response time prior to the bid due date, the Government is establishing the above cut-off date for questions about the solicitation. All bidders shall bid/offer in accordance with the current solicitation to include all amendments (if any) as issued by the Contracting Officer only *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. This document, once completed, must be emailed to mguidry@bop.gov. Do not return this document to the Contractor who forwarded you this document.

Award

Jails / Prisons

$3,492,957.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

10

Subscribe For Documents

11 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
235
Active Projects
110
Bidding Soon
1,443
All Active Projects
703
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 16, 2023

October 16, 2023

img_map_placeholder

808 Union St, San Diego, CA

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.