SOURCES SOUGHT
Y -- New Wastewater Treatment Plant at USMA, West Point
- Notice Date
- 4/12/2017
- 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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-17-S-0023
- Archive Date
- 5/12/2017
- Point of Contact
- Justin Helfman, Phone: 9177908389
- E-Mail Address
-
justin.helfman@usace.army.mil
(justin.helfman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice for Sole Source Market Research a new Wastewater Treatment Plant at USMA, West Point. 1. The New York District plans to solicit and award a design-bid-build construction project for a new wastewater treatment plant in FY17. 2. This notification serves three (3) purposes: A. To notify potential Offerors of the Government's 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. 3. 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 A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing.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. 4. Summary of Requirements: A. Advanced Utility Meters The Army Advanced Metering Program executes the provision of the Energy Policy Act of 2005 (EPACT 2005). The program required Army installations to install advanced electric, gas, water and steam meters by 2016. All these meters will be connected to the Army Meter Data Management System (MDMS) which will be used to obtain data that tracks and trends energy usage, enabling identification and improvement of energy efficiency. The metering requirements were defined in the following references: 1.Secretary of the Army Memorandum; Subject: Army Directive 2014-10 (Advanced Metering of Utilities dated 4 June 2014. 2.Undersecretary of Defense Memorandum; Subject: Utilities Meter Policy dated 16 Apr 2013. 3.FRAGO No. 1 to HQDA EXORD 028-12 dated 111810Z April 2012. Reference 4.A.1., Paragraph 3.a, states that "Advanced Meters must comply with DoD Instruction 8500.01 (Cybersecurity) dated 14 March 2014 and DoD Instruction 8510.01 (Risk Management Framework (RMF) for DoD Information Technology (IT) dated 12 March 2014. In addition, Reference 4.A.1, Paragraph 3.b (5) states that "Advanced Meters will be installed and connected to MDMS on all new construction projects, and major renovation projects." West Point, in order to comply with those requirements, embarked on a program to standardize and install advanced meters throughout the installation. The initial installation of forty three (43) "smart" meters was accomplished through a contract by the Huntsville Engineering & Support Center. Due to above stated requirements and current post wide compatibility issues, the following meters which meet the above requirements are required: a. ABB Water Master Electromagnetic Flow meter b. American Meter Company AC-250 Gas Meter c. Electro Industries/GaugeTech Shark 200 Power and Energy Meter d. ISTEC 1800 Domestic Meter Pulser The Contractor will be required to purchase these meters and provide all labor required for their installation and connection to West Point Meter Data Management System (MDMS). B. Best Hardware Lock Cylinders & Cores (Non-Electronic) Due to compatibility and consistency issue with keying at the USMA, Best Lock is the standard for lock hardware at USMA. 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 the building during construction and shall turn over the hardware cores to the Government upon completion of construction. The Government will replace Contractor cores with Best Lock cylinders and cores after the project is completed and turned over to the Government. C. Unicor System 2/90 Interior Signage The Unicor System 2/90 complies with the USMA Installation signage standard guide. The standardization of a signage system at USMA allows for clarity of signage through the installation as well as a consistent signage appearance across the numerous buildings throughout the installation. 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 (CR-SCM-CCLK based card readers) and Hirsch Mx Controllers by Embrace Technologies Embrace Technologies is the only registered and certified contractor to perform all the card access at USMA. Embrace uses the Hirsch Card Access Systems that is also a certified DoD security system used by USMA. E. Williams Electric Company (EMS Contractor Building Automation System (BAS) - Energy Management System Contractor The building automation system for energy monitoring proposed for this project is not sole sourced; however, the work and equipment that connects and interfaces this system with the campus wide system is proprietary and maintained by Williams Electric Company (WEC). WEC has been contracted by USMA to maintain the campus wide energy management systems. USMA has also contracted WEC on previous projects to provide interface work between the building automation system and the campus wide energy management system. The Contractor for this project will be required to contract with WEC to provide and install the final interface equipment. 5. 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. 6. 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. Send responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843 ATTN: Justin Helfman New York, NY 10278-0090 This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-S-0023/listing.html)
- Place of Performance
- Address: West Point, New York, United States
- Record
- SN04469473-W 20170414/170412234327-065c46f0a147c7115fe26f964934ef4d (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 |