Combine Solicitation – CO Alarms, LED Exit Signs, Other Electrical
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: CO Alarms, LED Exit Signs, Other Electrical
Classification Code: 59 - Electrical and electronic equipment components
Solicitation Number: SH-130506
Contact:
Setaside: N/AN/A
Place of Performance (address): 270 Jackson Road
Place of Performance (zipcode): 01434
Place of Performance Country: US
Description:
Shriver Job Corps Center
THIS IS A SUBCONTRACT OPPORTUNITY Scope of Work Project ID#: SH-130506
To complete electrical life-safety type items to include:
- Carbon Monoxide Alarms, (67): 30 plug-in 120V, 15 hard-wired, 22 hard-wired audio visual - GFCI Receptacle (1) - LED Exit Signs (5) - Egress Light Fixtures (5) - Ventilation Control Monitor with Audible Alarm (1) Project: Shriver Job Corps Center has been funded to install life/safety-type items to include 67 Carbon Monoxide alarms, a new GFCI receptacle, LED exit signs, egress light fixtures and a new ventilation control monitor with audible alarm to correct the following deficiency #s: 92243, 92244, 92245, 92246, 92247, 92248, 92249, 92250, 91098, 91103, 91104, 91112, and 91733.
Plans and specifications will be available at a pre-bid walk-through on
All small business enterprises are encouraged to respond to this solicitation notice.
Owner:
Center Operator:
Mailing address: Shriver Job Corps Center 270 Jackson Road
Procurement Officer:
Contractor is mandated to visit the site and familiarize their self with the condition under which the work will be performed. No allowance will be made for any error on the subcontractor's part for failure to take into account any conditions or circumstance existing at the site, which might affect the contemplated work. The fact that a bid with ID# SH-130506 will be taken as evidence that the subcontractor has full knowledge of the extent and character of the contemplated work and any problem to be encountered in the performing same.
Proposal Due Date:
Payment: Net 30 upon completion, acceptance of project, and invoice.
Evaluation Criteria:
a. Quality (20%): Knowledge capabilities; membership in professional organizations; monitoring service delivery, support, prompt response; clear and concise explanation of work to be performed, including technical drawings, if required; requisite certifications and documents to include liability and workers compensation insurance; business size b. Past Performance (10%): Reputation; references, number of years in business c. Schedule (10%): Explanation of how work will be carried out; schedule and duration of project to meet center's target completion date d. Cost (60%)
PROJECT DESCRIPTION: CARBON MONOXIDE ALARMS
*
*
*
. Of the seven sensors, four are hard-wired and intended for hearing impaired and shall have visual as well as audible notification. Two are hard-wired and one plug in.
*
. Of the five Co Alarms, two are hard-wired in public areas (dining area and food preparation area) intended for hearing impaired and shall also have visual as well as audible notification, two are plug-ins and one is hard-wired.
*
. Of the twelve sensors, five are hard-wired in public areas (E109, E139, E141, E171 and E102) intended for hearing impaired and shall also have visual as well as audible notification, three are plug-ins and four are hard-wired.
*
. Of the twelve sensors, five are hard-wired in public areas (F109, F139, F141, F171 and F102) intended for hearing impaired and shall also have visual as well as audible notification, three are plug-ins and four are hard-wired.
*
. Of the eleven CO alarms, six are hard-wired in public areas intended for hearing impaired and shall have visual as well as audible notification, three are plug-ins and two are hard-wired.
*
Provide/install one-(1) 120V single-station CO alarms with battery backup as follows: o One plug-in sensor in the Transportation office.
PROJECT SPECIFIC REQUIREMENTS FOR CARBON MONOXIDE ALARMS:
- Of the 67 CO alarms, all must have 9V battery backup; 30 are plug-in type 120V, 15 are hard-wired, 22 are hard-wired audio-visual devices. Hard wire power with battery backup from the nearest 120V un-switched lighting or receptacle circuit using 3 #12 THHN/THWN in 1/2" EMT or short runs of MC#12 cable where applicable. - Plug-in sensors should leave one socket available for other uses. - CO detectors should be ivory to match existing alarms. - CO sensors should be tamper-resistant or tamper-proof, BRK-CO250LDT (or equivalent). - The alarms shall meet the requirements of UL 2034. - Follow Massachusetts Law GLC 148. - Meet code requirements per
PROJECT DESCRIPTION: GFCI RECEPTACLE
*
PROJECT DESCRIPTION: EXIT SIGNAGE
*
o Provide/install three (3) new wall-mounted single-sided red lens 120V with battery backup light emitting diode (LED) type exit signs (Model Big Beam or equivalent) in dishwashing and food preparation areas. o Provide/install two (2) new ceiling-mounted double-sided red lens 120 V with battery backup light emitting diode (LED) type exit signs (Model Big Beam or equivalent) to clarify egress path.
. Exit signs shall comply with NEC and
. Exit signage should be encased in white housing to match existing units.
PROJECT DESCRIPTION: EGRESS LIGHTING
*
. One (1) 275-watt Lithonia ELT275LB RO AM VM (or equivalent) battery back-up unit with one dual head attached and two (2) dual-head remote unit egress lights, one in food preparation area and two at food serving areas.
*
. Provide/install two (2) new dual-head emergency egress lights between the following rooms: Room #s: 701, 704, 705, and 717 (east wall).
PROJECT SPECIFIC REQUIREMENTS FOR EGRESS LIGHTING:
- Must meet the code-required minimum of 1-foot candle average and 0.1-foot candle minimum for egress paths (
PROJECT DESCRIPTION: VENTILATION CONTROL MONITOR
.Building H: Maintenance/Warehouse (Deficiency # 91733 - Ventilation Control Monitor
o Provide/install a Toxalert GVU ventilation control monitor (or equal) with audible alarm, silence switch, power-on indicator, fan-on indicator and high gas concentration indicator options
. The existing roof fans and louvers are already controlled via a wall-mounted thermostat. Install the GVU-1 wiring per the manufacturer's instructions to control the fans and louvers via the same thermostatic control circuit. Locate the monitor away from windows and louvers as far as practical at a height between 5' and 6' above the floor.
. Provide 240 lf
ALL PROJECTS - SPECIFIC REQUIREMENTS
* Proof of current and valid Massachusetts Electrician License
* All specific warranties and any pertinent O&M manuals for the project must be presented at the time of acceptance of the project and prior to final payment.
Shriver Job Corps Center Regulations: Contractor and his employees shall abide by all of the Center's rules and regulations. There shall be no fraternization between subcontractor personnel and Job Corps Center students or personnel. Fraternization with students is grounds for immediate dismissal. The subcontractor will be required to follow all Center safety and security requirements. The Center Director reserves the right to request the replacement or dismissal of any contractor's employee assigned to this Subcontract without cause. The Center also reserves the right to suspend and/or remove from Center any Contractor's employee who willfully violates Center rules, regulations and/or standards.
Management of Jobsite:
* The Contractor shall maintain a clean and safe workplace that is secured at the end of each working day and shall, at all times, keep the premises free from accumulation of waste, hazardous materials or rubbish caused by his operation.
* All Center facility interruptions shall have prior Center approval in order that alternate arrangements may be made for carrying out Center operations.
* The Contractor shall clear all deliveries with the Center's security personnel.
* The Contractor shall be responsible for identifying the location of existing utilities and avoiding damage to the same in the completion of this work, if applicable.
* The Contractor, in accomplishing the Scope of Work, shall use to the extent practicable, so long as they are deemed reasonable and desirable by the
Wage Rates:
The Contractor shall conform to the latest Davis-Bacon prevailing wage rate decisions for the area (
ELEC0096-001
Insurance:
The Contractor shall obtain and maintain insurance as follows:
* Workman's Compensation/Employers Liability insurance, to meet state statutory requirements
* Comprehensive General Liability (
* Comprehensive Automobile Liability (
* Fire Legal Liability (
The Contractor must cover any deductible costs. Upon subcontract award, the Contractor must add
Schedule: The Contractor shall submit a schedule for the work. The project shall be completed within 30 calendar days of the award of the subcontract. Written authorization is required to extend the period of performance for completion of this project.
Final Acceptance:
The subcontractor shall notify the Center's Facility Manager when the project is substantially complete, and shall request an inspection. The completion of this inspection shall determine the date for the commencement of the warranties, and the date for payment. Payment terms are Net 30 after Acceptance, receipt of all prevailing wage reports, and receipt of a proper invoice.
PROPOSAL FORM
* The subcontractor's proposal shall be typed and submitted on official Company letterhead and MUST reference
- Project ID #
- Project Description
- Project Specific Requirements
- Lump Sum Cost
* The Contractor must also submit the following information with the proposal:
- Copies of Insurance Certificates
- Copy of current and valid business or contractor license for
- W-9 (must be on updated 2013 W-9 form)
- A list of materials and material safety data sheets (MSDS) proposed for use, if any.
- 3-5 recent and relevant references of past or present contracts for Federal, State, and/or City agencies or commercial customers within the past three (3) years. "Relevant" is defined as like service as stated in this solicitation's project description. References must include:
. Name of the Organization
. Name of the Point of contact (POC)
. POC Telephone Number
. POC email address
. Contract Number, if any
. Period of Performance and brief Scope of Work
Ensure that contact information is accurate and up-to-date, as references may be checked.
- Vendor Questionnaire (form will be provided at pre-bid meeting.
THIS SOLICIATION IS BEING POSTED BY ADAMS & ASSSOCIATES, DBA SHRIVER JOB CORPS
All questions must be in writing (or email) and sent to Procurement Officer,
Bids can be mailed, emailed or faxed to Procurement Officer on or before the due date:
Shriver Job Corps Attn:
Link/URL: https://www.fbo.gov/spg/DOL/ETA/ShriverJJC/SH-130506/listing.html
| Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2615 |



Presolicitation Notice – Insurance Endorsement Processing Services (IEPS) for US DHUD Santa Ana Homeownership Center
Advisor News
- America’s ‘confidence recession’ in retirement
- Most Americans surveyed cut or stopped retirement savings due to the current economy
- Why you should discuss insurance with HNW clients
- Trump announces health care plan outline
- House passes bill restricting ESG investments in retirement accounts
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER READY SELECT” Filed: Great-West Life & Annuity Insurance Company
- Retirees drive demand for pension-like income amid $4T savings gap
- Reframing lifetime income as an essential part of retirement planning
- Integrity adds further scale with blockbuster acquisition of AIMCOR
- MetLife Declares First Quarter 2026 Common Stock Dividend
More Annuity NewsHealth/Employee Benefits News
- Trump unveils framework on health care costs
- Trump's health plan could save billions or add billions
- Reed: 2026 changes ABLE accounts benefit potential beneficiaries
- Sickest patients face insurance denials despite policy fixes
- Far fewer people buy Obamacare coverage as insurance premiums spike
More Health/Employee Benefits NewsLife Insurance News