Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2022 SAM #7405
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source- Metasys Building Automation System - Johnson Controls

Notice Date
3/8/2022 9:43:49 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P722R0004
 
Response Due
3/23/2022 12:00:00 PM
 
Point of Contact
Mary Fronck, Phone: 4155036554, Erica Miller
 
E-Mail Address
mary.fronck@usace.army.mil, Erica.B.Miller@usace.army.mil
(mary.fronck@usace.army.mil, Erica.B.Miller@usace.army.mil)
 
Description
Notice of Intent to Sole Source Solicitation Number W912P7-22-R-0004 Soul Source Title: Metasys Building Automation System - Johnson Controls Medical Unit Facility, Building No 8, San Francisco Veterans Affairs Medical Center, San Francisco, California Description: The San Francisco District and the San Francisco Veterans Affairs Medical Center intends to place a brand name specified product, Metasys Access Control System by Johnson Controls, into the solicitation for the construction of proposed Building No 8 at the SFVA San Francisco Campus. 5.� Description of Product, Supplies or Services: Brand Name: A justification is being prepared for the use of Metasys Building Automation System by Johnson Controls. �Metasys is a building access control system, what is currently in use by the station; has proprietary considerations, is related to specifications or other design requirements; security/safety considerations; ease of integration; and compatibility with existing system. Metasys Access Control System by Johnson Controls is the preferred building control system for the vendor to install at the SF VA site.� As a result, the proposed brand name items must be compatible with the existing equipment at the SF VA Medical Center Campus, Building 8.� The Government will not purchase the Metasys system directly but will require the construction contractor to provide and install.� 6.� Statement of actions, if any to remove barriers to competition in the future. The current Access Control System at the SFVA campus utilizes Metasys Access Control System by Johnson Controls.�� �The VA does not consider changing the system due to incompatibility with another manufacturer systems. However, future acquisitions can mitigate and possibly eliminate the effects of such a J&A by allowing the replacement of the system in its entirety as opposed to seeking integration. 7.� Scope and Purpose: The overall Objective of this agreement is to provide technical services to support the US Army Corps of Engineers (USACE) and the San Francisco Veterans Medical Center with Seismic Retrofit and Renovation of an existing 30,347 SF facility, Building 8, with estimated 24 months Period of Performance. Construction work includes remediation of asbestos containing materials and lead-based paint present to include the following:� fully demolish all existing interior finishes, partitions, and MEP systems.� The base scheme for retrofit�is to introduce new shear walls and install a series of micropiles. All new mechanical, electrical, telephone, data, life safety, vertical transportation systems, and public toilet facilities will be introduced into the building.� An existing exterior fire escape will be removed, and 2 new external enclosed exit stairs will be added to the east side of the building All new partitions, hardware and finishes will be introduced to accommodate the final program. At the roof level, new mechanical equipment will be enclosed in a penthouse enclosure. However, the visual presence of this enclosure requires the final approval of the State Historic Preservation Officer (SHPO). No Major Medical Equipment (e.g., linear accelerator, imaging, laundry, or food service), to be included in the renovated�building. 8. North American Industry Classification System (NAICS) Code: The NAICS Code for this requirement is 236220- Commercial and Institutional Building Construction 9.� Anticipated period of Performance: �� Anticipated period of performance is 24 months from day of contract award. 10.� Information to industry: This is a Notice of Intent to Sole Source for Information purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation documents exist for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within fifteen (15) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 11.� Response Due Date: Interested vendors should submit the Capability Statement in response to the Notice of Intent to Sole Source electronically by 12:00PM (PST), March 23, 2022 via email to the contract specialist, Erica Miller at Erica.B.Miller@usace.army.mil and Contracting Officer Mary Fronck, mary.fronck@usace.army.mil ���No phone calls will be accepted. 12.�� Notice Closes: ��� This Notice of Intent to Sole Source closes on 12:00PM (PST), March 23, 2022. 13.� Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a49694edbb45497cb6852b8dfba4b4e9/view)
 
Place of Performance
Address: San Francisco, CA 94102, USA
Zip Code: 94102
Country: USA
 
Record
SN06259948-F 20220310/220308230058 (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.