Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

Y -- CONSTRUCT F-16 FLIGHT SIMULATOR FACILITY at JOINT BASE ANDREWS, MARYLAND

Notice Date
5/4/2021 5:44:56 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-21-P-0000-003695
 
Response Due
5/18/2021 8:00:00 AM
 
Archive Date
06/02/2021
 
Point of Contact
Michael J. Getz, Phone: 4109623455, Gary Faykes, Phone: 4109620192
 
E-Mail Address
Michael.J.Getz@usace.army.mil, gary.faykes@usace.army.mil
(Michael.J.Getz@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSAL. PROJECT: PANNAD-21-P-0000 003695 - CONSTRUCT F-16 FLIGHT SIMULATOR FACILITY at JOINT BASE ANDREWS, MARYLAND No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of Brand Name Items. The United States Army Corps of Engineers, Baltimore District intends to include the following proprietary items in a request for proposal for a construction contract acquisition under the authority of FAR 6.302-5(a)(2)(ii), Authorized or required by statute.� This project may include a Brand Name only component, as described below, unless the results of this 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 a future construction project; (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. In the event no equivalent equipment exists, the Brand Name Only justification will be issued pursuant to FAR 6.302-5(a)(2)(ii). A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted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. Only that part of the project requiring brand name components will be sole sourced if no sources are able to prove an equal product. SUMMARY OF REQUIREMENT: The construction project will include Brand Name only equipment as follows: Best Lock Locksets & Cores:� These are the door hardware lock sets and cores required to be utilized throughout the 113th Campus in order to comply and integrate with the current system utilized. �The use of a single lock core enables the systematic management of the lock system at the 113th. The optimal support for these standard cores is a lockset provided by the same manufacturer.� Providing a single lock core for all doors within the facility allows for single keying, a tracking mechanism, an emergency response master key to work properly in emergency situations for both security forces and fire department, and reduced maintenance and training costs for the Facility Management Office over the lifecycle of the building.� Terrapin Utilities Services:� Terrapin utilities services control (by contract) the water and sewer on Joint Base Andrews (JBA). As such, all water and sewer lines that come into the building must be inspected by them if they do not install them or use their preferred third-party installers. If they (or their preferred third-party installers) do the work, they will also inspect the work with their supervision. The inspection cost associated with using a third party (not Terrapin) would result in substantial cost overruns for the government.� Monaco MAAP-X Fire Alarm / Mass Notification System Panel:� The DCANG has stated that this is the standard FA/MNS Panel for Joint Base Andrews.� It is critical for function and maintenance by Base security forces and fire department that system continuity be prioritized.� San Jamar R4000TBK Twin Classic 9� Double Roll Jumbo Toilet Tissue Dispenser (Black Pearl):� The DCANG has stated that this is the standard Toilet Tissue Dispenser for Joint Base Andrews/DCANG.� To prevent confusion and to simplify component storage and maintenance of these toilet tissue dispensers located in restroom facilities throughout the base, it is beneficial to the installation that a single installation approved standard system be provided.� Cantwell Cleary GOJO Bag-In-Box Soap Dispenser:� The DCANG has stated that this is the standard Soap Dispenser for Joint Base Andrews/DCANG.� To prevent confusion and to simplify component storage and maintenance of these soap dispensers located in restroom and kitchen facilities throughout the base, it is beneficial to the installation that a single installation approved standard system be provided.� Siemens DDC (Controls) System:� The DCANG has stated that this is the standard (Base-wide) DDC System Manufacturer for Joint Base Andrews/DCANG.� It is critical for function and maintenance by Base Fire and Comm personnel that system continuity be prioritized.� Knox Remote Power Box:� The DCANG has stated that this is the standard Keyed Remote Power Box for Joint Base Andrews/DCANG.� To prevent confusion and to simplify keying and maintenance of these building mounted boxes located on buildings throughout the base, it is beneficial to the installation that a single installation approved standard unit be provided.� Interested vendors must show clear and convincing evidence that alternatives to the specified items�exist. Interested vendors wishing to be considered by the Government as described above must provide a copy of its brochure and any other capability statements/ data�no later than 18 May 2021, 11:00 AM EDT, to Contract Specialist, Michael Getz , U.S. Army Corps of Engineers, Baltimore District, Contracting Division, via email to�Michael.J.Getz@usace.army.mil. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the direction of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63a46c7beca24f4ca7b2ab702aa63916/view)
 
Place of Performance
Address: Clinton, MD 20735, USA
Zip Code: 20735
Country: USA
 
Record
SN05991420-F 20210506/210504230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.