MODIFICATION
Y -- P-100/P-099 Nuclear Power Training Facilities Joint Base Charleston, South Carolina
- Notice Date
- 1/30/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 135, P.O. Box 30, Bldg. 135, Jacksonville, Florida, 32212, United States
- ZIP Code
- 32212
- Solicitation Number
- N69450-14-R-1756
- Archive Date
- 2/25/2014
- Point of Contact
- Kendra L. McMahon, Phone: 9045424430
- E-Mail Address
-
kendra.mcmahon@navy.mil
(kendra.mcmahon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- UPDATE AS OF JANUARY 10, 2013***************************** Justification and Approvals related to solicitation are posted below: JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. CONTRACTING ACTIVITY. The agency is the Department of the Navy. The contracting activity is Naval Facilities Engineering Command Southeast, Jacksonville, FL. The contracting office is the IPT South Central (IPT SC), Naval Facilities Engineering Command Southeast, Naval Air Station, Jacksonville, Florida 2. DESCRIPTION OF THE ACTION BEING APPROVED. Work to be performed under construction project P-100/P-099 Nuclear Power Training Facilities, JB Charleston, SC includes the construction of a new Support Systems Complex (SSC) that will provide pure water (DI) production, controlled pure water (CPW) production, compressed air low pressure (ALP) production, and an oily water separation (OWS) system. While the project constructs new systems to provide these services to the ships, they are required to connect to and integrate with existing systems that will not be replaced. This requires fittings that allow the connections to happen without extensive modifications to the existing systems. Exception to full and open competition is under authority of 41 USC 253(c)(1) and Federal Acquisition Regulation (FAR) Part 6.302-1(c) for use of proprietary materials of brand name products peculiar to specific manufacturers, namely Hansen Products (Hansen), and OPW Engineered Systems (OPW). The Government intends to identify this component through specific language in the specifications and on the drawings which will be included as a part of the RFP package for this project. This J&A authorizes and approves the government requirement for a name brand component. 3. DESCRIPTION OF SUPPLIES/SERVICES. The work under this Construction Contract includes construction of a new berthing pier extension and an SSC to provide necessary utilities to the training ships. The existing systems and the existing ships must connect via hoses to the new systems, which need to have compatible fittings in order to make the distribution system function as designed. Estimated Dollar Value The estimated cost of the proprietary items is approximately $1,954.05. The following proprietary materials will be procured as part of the procured Construction Contract for NPTU, JB Charleston, SC: ITEM Description Quantity Hansen DI Quick Disconnect Fittings HK Series, 1" 3 ea CPW Quick Disconnect Fittings HK Series, 1" 3 ea ALP Quick Disconnect Fittings ST Series, 1" 8 ea. ALP Quick Disconnect Fittings ST Series, 2" 4 ea. OPW OWS Dry Disconnect Fittings Epsilon, 3" 3 ea. 4. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. The statutory authority for this acquisition permitting other than full and open competition is 10 U.S.C. 2304(c)(1), "Only one source or limited sources, as implemented by FAR 6.302-1. Full and open competition need not be provided for when only one responsible source is capable of satisfying agency requirements" and in accordance with FAR 6.302-1. 5. RATIONALE JUSTIFYING USE OF CITED AUTHORITY. The existing DI and CPW hose quick disconnect fittings at the facility are Hansen Quick Disconnect HK series. These components are used for connecting the DI and CPW site distribution systems with the training ships via flexible hoses. The existing OWS dry disconnect couplings at this facility are Epsilon Dry Disconnect Couplings manufactured by OPW Engineering Systems. These components are used for connecting the OWS site distribution systems with the training ships via flexible hoses. The existing ALP hose quick disconnect fittings are Hansen Quick Disconnect ST series connectors. These components are used in the maintenance activities for the training ships. All site hoses used for a specific system must be identical for hose compatibility, procurement, maintenance, and testing reasons. In addition, Norfolk Naval Shipyard performs all maintenance on the ships and the fittings for the site must match the equipment and hoses from the shipyard in order to maintain compatibility with the maintenance equipment used for the ships. Using alternate products would require replacing disconnects on site hoses and valve stations at locations beyond the scope of this project as well as replacing expensive maintenance equipment or purchasing additional equipment to allow critical ship maintenance activities to be performed. This would result in a significant amount of rework and duplicate costs to the Government. Furthermore, an extensive modification to the existing systems would create unnecessary downtime and costs for this these mission critical systems. 6. DESCRIPTION OF EFFORTS MADE TO SOLICIT OFFERS FROM AS MANY OFFERORS AS PRACTICABLE. The proposed action will be synopsized via a Government Point of Entry (GPE) as sole source procurement for proprietary equipment. A sources sought synopsis was not issued as only specific manufacturers (Hansen and OPW) can provide the proprietary products necessary to fulfill these requirements. In accordance with FAR Part 5.102 (a) (6) and FAR Part 6.305, Availability of the Justification (c), the approved justification will be posted with the solicitation. 7. DETERMINATION OF FAIR AND REASONABLE COST. The government estimate has been developed using a quote utilizing historical data, RS Means and the supplier commercial prices. The Contracting Officer has determined that the price for this acquisition is fair and reasonable pursuant to FAR Part 15. 8. ACTIONS TO REMOVE BARRIERS TO FUTURE COMPETITION. This is a one-time procurement action. The total proprietary items will be competitively procured. No actions to remove or overcome barriers to competition are to be conducted by this agency. JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. CONTRACTING ACTIVITY. The agency is the United States Navy; the contracting activity is Naval Facilities Engineering Command Southeast, Jacksonville, FL. The contracting office is the IPT South Central (IPT SC), Naval Facilities Engineering Command Southeast, Naval Air Station, Jacksonville, Florida. 2. DESCRIPTION OF THE ACTION BEING APPROVED. Work to be performed under construction project P-100/P-099 Nuclear Power Training Facilities, JB Charleston, SC includes renovation and refurbishment of existing Building 2314 including replacement of multiple interior doors. Exception to full and open competition is requested under authority of 41 USC 253(c)(1) and Federal Acquisition Regulation (FAR) Part 6.302-1(c) for use of proprietary materials of brand name products peculiar to a specific manufacturer, namely Stanley Security Solutions (Stanley). The Government intends to identify this component through specific language in the specifications and on the drawings which will be included as a part of the RFP package for this project. This J&A authorizes and approves the government requirement for a name brand component. 3. DESCRIPTION OF SUPPLIES/SERVICES. The existing building is being renovated and refurbished. During the renovation work, the building will continue to be occupied and utilized for 24/7 training and administrative functions. The doors that are being upgraded must be controlled by security. In order to minimize security risks and life safety concerns, all doors in the building must be able to be controlled by one master key, which requires that the new cores are identical to the existing cores. The interchangeable cores for the door locks are manufactured by Stanley Security Systems and have been determined to be proprietary items. Estimated Dollar Value The estimated cost of the proprietary items is approximately $7,340.96. The following proprietary materials will be procured as part of the procured Construction Contract for NPTU, JB Charleston, SC: ITEM Description Quantity Interchangeable core 45H7D15J626LHRB 44 ea. 4. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. The statutory authority for this acquisition permitting other than full and open competition is 10 U.S.C. 2304(c)(1), "Only one source or limited sources, as implemented by FAR 6.302-1. Full and open competition need not be provided for when only one responsible source is capable of satisfying agency requirements" and in accordance with FAR 6.302-1. 5. RATIONALE JUSTIFYING USE OF CITED AUTHORITY. It is essential for security and life safety purposes that all doors in the facility be controlled by only one master key. The existing interchangeable cores for the door locks are manufactured by Stanley Security Systems. Using alternate products would require replacing the locking mechanism on 119 doors currently used in the building. If multiple master keys are required in the building, it could result in delayed reactions during life safety events or security actions which would result in unacceptable outcomes. 6. DESCRIPTION OF EFFORTS MADE TO SOLICIT OFFERS FROM AS MANY OFFERORS AS PRACTICABLE. The proposed action will be synopsized via a Government Point of Entry (GPE) as sole source procurement for proprietary equipment. A sources sought synopsis was not issued as only a specific manufacturer (Stanley) can provide the proprietary products necessary to fulfill these requirements. In accordance with FAR Part 5.102 (a) (6) and FAR Part 6.305, Availability of the Justification (c), the approved justification will be posted with the solicitation. 7. DETERMINATION OF FAIR AND REASONABLE COST. The government estimate has been developed using a quote utilizing historical data, RS Means and the supplier commercial prices. The Contracting Officer has determined that the price for this acquisition is fair and reasonable pursuant to FAR Part 15. 8. ACTIONS TO REMOVE BARRIERS TO FUTURE COMPETITION. This is a one-time procurement action. The total proprietary items will be competitively procured. No actions to remove or overcome barriers to competition are to be conducted by this agency. JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. CONTRACTING ACTIVITY. The agency is the United States Navy; the contracting activity is Naval Facilities Engineering Command Southeast, Jacksonville, FL. The contracting office is the IPT South Central (IPT SC), Naval Facilities Engineering Command Southeast, Naval Air Station, Jacksonville, Florida. 2. DESCRIPTION OF THE ACTION BEING APPROVED. Work to be performed under construction project P-100/P-099 Nuclear Power Training Facilities, JB Charleston, SC includes construction of a new electrical distribution system including new substations and distribution feeders that connect into the existing base-wide distribution system and provide service to the new and existing ships and facilities. Exception to full and open competition is requested under authority of 41 USC 253(c)(1) and Federal Acquisition Regulation (FAR) Part 6.302-1(c) for use of proprietary materials of brand name products peculiar to specific manufacturers, namely Schweitzer Engineering Laboratories (SEL). The Government intends to identify this component through specific language in the specifications and on the drawings which will be included as a part of the RFP package for this project. This J&A authorizes and approves the government requirement for a name brand component. 3. DESCRIPTION OF SUPPLIES/SERVICES. The work under this construction contract includes construction of a new berthing pier extension with two new and one replacement electrical substation as well as a new express feeder route from the Base electrical distribution system along Redbank Road to the site to provide redundant electrical supply to the site in support of the site. The system ties into the base-wide distribution system and must have protection from backfeeding when testing the generators on the site and the power plants on the ships. In order to accomplish this, protection relays are being installed. These protection relays are manufactured by SEL that are considered proprietary items. Estimated Dollar Value The estimated cost of the proprietary items is approximately $7,000. The following proprietary materials will be procured as part of the procured Construction Contract for NPTU, JB Charleston, SC: ITEM Description Quantity Main breaker protection relay SEL-351S 2 ea. Pier breaker protection relay SEL-751A 2 ea. 4. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. The statutory authority for this acquisition permitting other than full and open competition is 10 U.S.C. 2304(c)(1), "Only one source or limited sources, as implemented by FAR 6.302-1. Full and open competition need not be provided for when only one responsible source is capable of satisfying agency requirements" and in accordance with FAR 6.302-1. 5. RATIONALE JUSTIFYING USE OF CITED AUTHORITY. JB Charleston presently uses SEL relays in the substations and feeders on the Naval Weapons Station. For dependability and security for the electrical distribution system on the Naval Weapons Station, it is imperative that multiple computerized or "smart" relays use the same communication protocol and software to ensure the highest level of dependability for continuation of electric power and protection from cyber attacks. Cyber security is enhanced when all relays use the same software as software updates are easier to implement across one platform and password protocols are more likely to be understood and used. Furthermore, electrical maintenance personnel have been trained on how to use and maintain this make of relay. The procurement of any other make of relay would put an undue burden on JB Charleston maintenance personnel in terms of time and cost to be trained on another make of relay. 6. DESCRIPTION OF EFFORTS MADE TO SOLICIT OFFERS FROM AS MANY OFFERORS AS PRACTICABLE. The proposed action will be synopsized via a Government Point of Entry (GPE) as sole source procurement for proprietary equipment. A sources sought synopsis was not issued as only specific manufacturers (Hansen and OPW) can provide the proprietary products necessary to fulfill these requirements. In accordance with FAR Part 5.102 (a) (6) and FAR Part 6.305, Availability of the Justification (c), the approved justification will be posted with the solicitation. 7. DETERMINATION OF FAIR AND REASONABLE COST. The government estimate has been developed using a quote utilizing historical data, RS Means and the supplier commercial prices. The Contracting Officer has determined that the price for this acquisition is fair and reasonable pursuant to FAR Part 15. 8. ACTIONS TO REMOVE BARRIERS TO FUTURE COMPETITION. This is a one-time procurement action. The total proprietary items will be competitively procured. No actions to remove or overcome barriers to competition are to be conducted by this agency. JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. CONTRACTING ACTIVITY. The agency is the U.S. Department of the Navy. The contracting activity is Naval Facilities Engineering Command (NAVFAC). The contracting office is NAVFAC Southeast, IPT South Central (IPT SC), Naval Air Station, Jacksonville, Florida. 2. DESCRIPTION OF THE ACTION BEING APPROVED. This justification seeks approval to limit competition in the procurement of certain intrusion detection system (IDS) and electronic surveillance system (ESS) components for installation under military construction (MILCON) projects P-100 and P-099, Nuclear Power Training Facilities, Joint Base Charleston, South Carolina. The MILCON projects include construction of three new buildings, a new berthing pier, and a new perimeter fence at the Nuclear Power Training Unit (NPTU) site aboard Joint Base Charleston. This justification covers the use of proprietary components of three brand name manufacturers as follows: Lenel United Technologies (Lenel); Pelco by Schnieder Electric (Pelco); and Southwest Microwave Intrepid Fence Sensor (Intrepid). The specific components are listed below and will be specified in the respective contract specifications for the IDS and ESS systems. 3. DESCRIPTION OF SUPPLIES/SERVICES. The work under this construction contract includes construction of a new berthing pier extension with two new and one replacement electrical substation as well as a new express feeder route from the Base electrical distribution system along Redbank Road to the site to provide redundant electrical supply to the site in support of the site. The system ties into the base-wide distribution system and must have protection from backfeeding when testing the generators on the site and the power plants on the ships. In order to accomplish this, protection relays are being installed. These protection relays are manufactured by SEL that are considered proprietary items. Estimated Dollar Value The IDS and ESS components subject to this justification and approval (J&A) include fence sensors, door sensors, surveillance cameras, cables, and control panels with a combined total estimated cost of approximately $825,277.00. ITEM Description Quantity Lenel Intelligent System Controller #LNL-3300 15 ea. Biometric Reader Interface #LNL-500B 2 ea. Dual Reader Interface #LNL-1320 69 ea. Input Control Module #LNL-1100 19 ea. Output Control Module #LNL-1200 16 ea. Pelco Exterior PTZ dome camera SPECTRA S5220 1080P 49 ea. Exterior fixed dome camera SARIX IEE20DN-1 8 ea. Interior fixed dome camera SARIX IM10LW10-1V 27 ea. Thermal IP positioning camera SARIX TI EST1314-2W 6 ea. Thermal fixed camera SARIX TI650 4 ea. Interior PTZ dome camera SPECTRA SD4N-W1 3 ea. Parapet Mount PP350 6 ea. Dual Parapet Mount SMR1-N9LN 8 ea. Spectra Wall Mount SWM-GY 35 ea. Spectra Pole Adapter SWM-PA-GY 35 ea. Thermal Pole Mount Adapter EPM 10 ea. Thermal Pole Mount EWM 10 ea. Sarix Pendant Mount E-P 8 ea. Sarix Pole Adapter WMVE-SR 8 ea. Video system manager SMS-5200 2 ea. Network system manager NSM5200-36 3 ea. Video console display VCD5202 7 ea. Video workstation WS5070 2 ea. Video joystick controller KBD5000 9 ea. /keyboard Map Graphics WS5200-MAP 1 ea. Video decoder NET5402-HD 1 ea. Integration with LENEL SW-EVLNL-02 1 ea. Ethernet media converter FX82011SSTR-2 130 ea. Intrepid MicroPoint II Processor PM II 6 ea. Link Unit II LU II 2 ea. Termination Unit II TU II 6 ea. MicroTrack Processor Module MTP II 3 ea. MicroTrack End of Line Term MTT 10 ea. Installation Service Tool UIST II 1 ea. Control Setup Tool CST II 1 ea. Lightning/Surge protector JB70A 6 ea. Active infrared intrusion sensor 460B 2 ea. 4. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), "Only one source or limited sources," as implemented by FAR 6.302-1. 5. RATIONALE JUSTIFYING USE OF CITED AUTHORITY. The NPTU site is a military installation located within an active Department of Defense (DOD) explosive safety arc. It supports military training operations for the U.S. Navy's nuclear propulsion program and other DOD operations. The site will remain operational and occupied by DOD military and civilian personnel during the construction period. It is imperative that the utmost military site security control be maintained at all times, especially during the construction period when there will be access by outside personnel and construction crews. The existing security system at the site is currently based on a proprietary LENEL system that is equipped with Intrepid sensors, PELCO closed circuit television stations, and Endura interface systems. To avoid any actual security gaps or potential security breaches, the integration of new security components into the existing system must be carefully scheduled and monitored by site security personnel to provide for a seamless transition and integration into the existing electronic surveillance system. The installation of any new IDS and ESS components must also be scheduled for installation and testing by trained security personnel. The site security personnel are trained to detect and respond to known technical issues with the existing systems, and are versed in the original equipment manufacturer (OEM) installation procedures to minimize downtime and avoid system crashes. Experience with prior system maintenance has demonstrated that integration of other brand name system components requires additional downtime, which in this instance may result in untenable security compromises inconsistent with the required DOD security requirements for the nuclear site. Other brand names will not meet the agency requirements in this particular instance. The limited proprietary specifications are required to ensure continuity of military operations, enhance the protection of life safety, and maintain the required national security posture of the NPTU nuclear program platform. 6. DESCRIPTION OF EFFORTS MADE TO SOLICIT OFFERS FROM AS MANY OFFERORS AS PRACTICABLE. The proposed action will be synopsized via a Government Point of Entry (GPE) as sole source procurement. A sources sought synopsis was not issued as only specific manufacturers (LENEL, PELCO, and Intrepid) can provide the products necessary to fulfill these requirements. In accordance with FAR Part 5.102 (a) (6) and FAR Part 6.305, Availability of the Justification (c), the approved justification will be posted with the solicitation. 7. DETERMINATION OF FAIR AND REASONABLE COST. The government estimate has been developed using a quote utilizing historical data, RS Means and the supplier commercial prices. The Contracting Officer has determined that the price for this acquisition is fair and reasonable pursuant to FAR Part 15. 8. ACTIONS TO REMOVE BARRIERS TO FUTURE COMPETITION. This is a one-time procurement action. The total proprietary items will be competitively procured. No actions to remove or overcome barriers to competition are to be conducted by this agency. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-01-30 12:39:22">Jan 30, 2014 12:39 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-01-30 15:34:34">Jan 30, 2014 3:34 pm Track Changes UPDATE AS OF JANUARY 30, 2014*************************** As stated in Amendment 0002, the pre-proposal conference and site visit have been rescheduled for Wednesday, February 5, 2014. FAR Clause 52.236-27 ALT I has been revised to provide details regarding the rescheduled pre-proposal conference and site visit. Note: Block 14 of Amendment 0002 erroneously reads February 5, 2015. This will be corrected to February 5, 2014 in the next amendment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467Q/N69450-14-R-1756/listing.html)
- Place of Performance
- Address: Charleston, South Carolina, United States
- Record
- SN03277611-W 20140201/140130234631-fbd80437051d55aebdc65982b5452a7a (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 |