Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOURCES SOUGHT

Y -- Sole Source, Brand Name Items, Market Research for the FY13 PN 079933 New Cadet Barracks project at USMA, West Point.

Notice Date
7/10/2012
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-S-0014
 
Response Due
7/31/2012
 
Archive Date
9/29/2012
 
Point of Contact
Matthew Lubiak, 917-790-8089
 
E-Mail Address
USACE District, New York
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. The New York District plans to solicit and award a design - build construction project for a New Cadet Barracks in FY13. This notification serves three (3) purposes: A. To notify potential Offerors of the Governments intent to solicit a brand name(s) only component for this project. B. To identify potential sources that can provide an equivalent to the brand name only item. C. Notification of the Army's intent to solicit brand name components as described below. The items described below, under summary of requirements, are embedded in the construction project. The project will be issued competitively. Only the components described below will be sole source, if no other sources are identified that can provide an equivalent system. In the event no equivalent sources are found the brand name only justification will be issued pursuant to FAR Part 6.302-1, Only One Responsible Source. A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing. Supplies of the brand name component will be provided directly to the Contractor(s) and not to the Government. Summary of Requirements: A. Complete Monaco Fire Alarm System (estimated cost = $100K): Due to post wide compatibility issues and based on the capabilities described below of a Monaco Fire Alarm system, all new construction and renovation projects at the USMA, West Point are now featuring the latest version of the Monaco Fire Alarm Control Panel. The MAAP Plus Analog Addressable Integrated Radio Transceiver and Fire Alarm Control Panel is capable of point reporting up to 1584 addressable device points via proprietary UHF radio signal to the Monaco D-21 Enhanced Central Radio Control Alarm receiving system at West Point Fire Department Dispatch. New Fire Alarm installations include Mass Notification Systems (MNS) in accordance with DoD Unified Facilities Criteria (UFC) 4-021-01. The existing RF infrastructure provided by Monaco supports the UFC requirements for primary MNS communications. The Monaco Fire Alarm and integrated MNS system has the capability to remotely activate the in-building MNS messaging system and provide live-voice announcements directly from the D-21 Central Station at West Point Fire Dispatch. Each Fire Alarm System (FAS) and Mass Notification System (MNS) shall be a complete, supervised, non-coded, analog-addressable system, installed in class A configuration per NFPA 72. The FAS/MNS shall provide point reporting to the Fire Alarm Control Panel (FACP). The FACP shall in turn provide point reporting to the Monaco D-21 Central Receiving Station at USMA West Point Fire Department Dispatch. Point reporting, also known as point to point reporting, is the capability to relay the status of each addressable device and certain system components such as Signaling Line Circuits (SLC) to the D-21 Central Receiving Station in real time. The FAS/MNS shall be tested and perform as a critical life-safety system. The FAS/MNS shall be compatible with and shall communicate seamlessly with the D-21 Central Receiving Station, without impairing operational function or reliability of any existing FAS or MNS. Use of interfacing relays between the FACP and communications transceiver to provide point or zonal alarm trouble status shall not be permitted. All devices must comply with the Aug 1997 Federal Wireless communication commissions office of engineering and technology Bulletin 65, Evaluating Compliance with the FCC Guideline's for Human Exposure to RF Electromagnetic Fields. B. Best Hardware Lock Cylinders & Cores (Non-Electronic) (estimated cost = $20K) Due to compatibility and consistency issues with keying at the USMA, Best lock is the USMA standard for lock hardware. This applies to locks that are not electronic and have status monitor capabilities compatible with the electronic security access system. Hardware locksets shall accommodate Best lock cylinders and cores. The Contractor shall provide cores to secure building during construction and shall turn over hardware cores to the government upon completion of construction. Government will replace Contractor cores with Best lock cylinders and cores after each area of the projects are completed is turned over to Government. C. Unicor System 2/90 Interior Signage (estimated cost = $10K) The Unicor System 2/90 complies with the USMA standard signage guide. The standardization of a signage system at USMA allows for clarity of signage throughout the campus as well as a consistent signage appearance within the buildings on post. This standard should allow for more effective visual communications for the end users and improved circulation, as well as improved maintenance and management of the signage system. Additionally, USMA has access to this manufacturer through maintenance plans and is able to order replacement signs as needed. D. Hirsch Card Access System by Embrace Technologies (estimated cost = $25K) Embrace Technologies is the only registered and certified contractor to perform all the card access work at the USMA, West Point. Embrace uses the Hirsch Card Access Systems that are also certified DoD security system and used by West Point. E. Williams Electric Company (EMS Contractor Building Automation System (BAS)) - Energy Management System (EMS) Contractor (estimated cost = N/A) The building automated system for energy monitoring proposed for this project is not sole sourced; however, the work and equipment that connects and interfaces this system with campus wide system is proprietary and maintained by Williams Electric Company (WEC). WEC has been contracted by the USMA to maintain the campus EMS systems. The USMA has also contracted WEC on previous projects to provide the interface work between BAS and campus EMS system. The Contractor for these projects will be required to contract with WEC to provide and install the final interface equipment. Any vendor that wishes to provide an alternate source to the brand names above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineering, Contracting Division. Submit responses via email with attached PDF document files to: Matthew Lubiak, matthew.lubiak@usace.army.mil This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This project is planned to be solicited at a future date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-S-0014/listing.html)
 
Place of Performance
Address: United States Military Academy West Point NY
Zip Code: 10996
 
Record
SN02797904-W 20120712/120710234940-285084e764a07a47423e9aa95408f030 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.