Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2013 FBO #4253
SOURCES SOUGHT

Y -- Building Automation & Security Equipment

Notice Date
7/15/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-13-S-0037
 
Archive Date
8/6/2013
 
Point of Contact
Melissa Renee McMillan-Cox, Phone: 4436547235
 
E-Mail Address
melissa.r.mcmillan-cox@usace.army.mil
(melissa.r.mcmillan-cox@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research purposes only. The Government is trying to determine the availability of certain Brand Name Components for upcoming acquisitions. No awards will be made from this Sources Sought Notice. No solicitation will be available at this time. However, responses to this Sources Sought Notice may be used to determine appropriate acquisition strategies for future acquisitions. The Army Corps of Engineers, Baltimore District intends to solicit and award construction projects for a customer of the Intelligence Community. The construction projects will be solicited competitively under future separate solicitations. These projects may include Brand Name only components, as described below, unless the results of these sources sought notification indicates otherwise. This notification serves three purposes: (1) to notify potential offerors of the Government's intent to solicit a brand name only component under future construction projects; (2) to identify potential sources that can provide the brand name only item and/or equivalent; (3) notification of the Army's intent to contract sole source for a Brand Name Only, if the market is unable to provide 'equivalent' products. The following items may be included in future solicitations as sole sources, if no sources are able to provide an equivalent system. In the event no equivalent equipment exists, 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 A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted for consideration. In such instances, the brand name or equal component will be embedded in the construction project that will be issued competitively. Only that part of the project requiring brand name components will be sole source, if no sources are able to prove an equal product. The construction projects themselves will be competitively solicited. 1. Supervisory Control and Data Acquisition System (SCADA) by Open Systems International (OSI). 2. Electrical relays and Devices by Schweitzer Engineering Laboratories (SEL). 3. Energy Management and Control Systems (ECMS) by Automated Logic Corporation. 4. Security Door Hardware (Primus keyway) by Ingersoll Rand Schlage. 5. Fire Alarm System by Siemens. 6. Locking Manhole Covers by Neenhan Foundary (model R-1740-D). 7. Manhole Lock Bolts by McGard (Model no. 117011). 8. Waveform Capture Meters by Schneider Electric. 9. Power Monitoring Systems by Schneider Electric. 10. Network Switches/Routers by Cisco. 11. Air Aspirating type Smoke Detection by Xtralis (VESDA). SUMMARY OF REQUIREMENTS: 1. Supervisory Control and Data Acquisition System (SCADA) systems are centralized systems which monitor and control entire sites or complexes of systems spread out over large areas. SCADA systems typically implement a tag database. Each "tag" is a point of data the system monitors. Systems under SCADA monitoring and control include water and power distribution, primary and secondary substations, fire protections systems and building cooling systems. Most control actions are performed automatically; however, there is also a manual override function. The manual override needs to be functional from both inside the facility and also remotely at other central-control sites. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the existing Supervisory Control and Data Acquisition System (SCADA) by Open Systems International (OSI) must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 2. Electrical relays and devices: Schweitzer protective relays and devices are proposed to connect with and expand the existing campus-wide SCADA system. The project's medium and high voltage protective relays and devices guard the system against power surges and power quality events. The protective system also includes satellite timing clocks needed to synchronize the facility with the existing campus-wide SCADA system. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the existing Electrical relays and devices by Schweitzer must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 3. Energy Management and Control Systems equipment monitor and manage energy use and take into account human comfort and monitor temperature and humidity for mission-critical data systems. They allow building maintenance staff to efficiently control heating, cooling, lighting and other building systems. The Automated Logic Corporation's Web Control (ALCS WebCtrl) software uses a web-based user interface that does not require special software at each workstation. Their digital controls and devices work seamlessly with the WebCtrl software. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the existing Energy Management and Control System by Automated Logic must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 4. Security Door Hardware (Primus keyway) by Ingersoll Rand Schlage Door hardware is required for many different secure areas. The door hardware will be required to secure the computer center areas, entry areas, administrative areas, mechanical and electrical areas, loading and shipping area, equipment storage area, as well as the overall SCIF area. The building is considered a critical secure facility with limited access to cleared personnel only. Any vendor wishing to provide a system(s) that is compatible with the Security Door Hardware primus keyway by Ingersoll Rand must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 5. Fire Alarm System by Siemens. The fire alarm system will expand an existing campus fire alarm system. The existing campus fire alarm system is currently controlled with digital and analog controllers, all of which are supplied by, and interface with, the Siemens Fire Alarm System. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the Fire Alarm System by Siemens must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 6. Locking Manhole Covers by Neehan Foundary (model R-1740-D Manhole covers) will be utilized for serviceability of the expanded secure infrastructure. The submitted product must be compatible and interchangeable with the cover listed above. Any vendor wishing to provide a system(s) that is compatible with the locking manhole covers model R-1740-D as manufactured by Neehan Foundry, must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 7. Manhole Lock Bolts as manufactured by McGard (model no 117011) will help provide protected serviceability for the critical secure infrastructure included in this project, allowing exclusive access for cleared personnel working on the campus. Offerors of equal products must demonstrate that their product is equal to and interchangeable with the listed McGard product, including keys and manhole cover preparation. Any vendor wishing to provide a system(s) that is compatible with the manhole lock bolts as manufactured by McGard (model 117011) must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 8. Waveform Capture Meters by Schneider Electric monitor the power flow in the computer center. Offerors of equal products must demonstrate that their product is equal in every way, including but not limited to communications protocol, programming, and hardware connections. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the Waveform capture meter as manufactured by Schneider Electric must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 9. Power Monitoring Systems by Schneider Electric. This project will involve expansion of the existing Campus ION Enterprise System, a power monitoring system. All new equipment will be connected to the Schneider Electric Power Logic® ION Enterprise software system. Offerors of equal products must demonstrate that their components can be integrated, programmed and tested to be compatible with the exising campus power monitoring system by Schneider Electric. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the ION power monitoring system as manufactured by Schneider must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 10. Network switches/routers: Projects will include all new power monitoring equipment connections to the SCADA system, via network switches. Existing CiscoWorks LAN (local area network) management software provides common management tools for all Cisco switches. Any router modifications and additions need to be compatible in order for the systems to function as intended. Offerors of network switch/router products equal to Cisco must demonstrate why their product is equal to the Cisco switches/routers in every way, including programming, integration and hardware connections. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the network routers and switches as manufactured by Cisco must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. 11. Air aspirating Smoke Detection: Projects will include the requirement to install an air aspirating type early warning smoke detection system, providing immediate and seamless early smoke alerts from the facility through the existing VESDA unit monitor located on the campus. The specific approval is to use the VESDA brand early detection system manufactured by Xtralis (VLC-505 (detector unit) and VPS-100 (power supply)). Offerors of equal products must demonstrate that their product is equal in every way, including but not limited to detection range, programming, configuration and setup, communications protocols, and installation hardware. Proposed equal products must demonstrate that their products can be integrated seamlessly into the existing campus system. Any vendor wishing to provide a system(s) that is compatible with the air aspirating smoke detection system as listed above must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" to the above. Submissions in responses to this sources sought notice must be submitted in writing via email to Renee McMillan-Cox at melissa.r.mcmillan-cox@usace.army.mil no later than 4 P.M. EST on 22 July 2013. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This project will be solicited at a future date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0037/listing.html)
 
Place of Performance
Address: Fort Meade, Maryland, 20755-0566, United States
Zip Code: 20755-0566
 
Record
SN03116207-W 20130717/130715234509-3dbf738753282cd96a54bccbaaa6dc5d (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.