Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2022 SAM #7512
SPECIAL NOTICE

Y -- Notice of Intent to Sole Source Award: Ground Based Strategic Deterrent (GBSD) Mission Integration Facility (MIF) - Hill AFB, UT

Notice Date
6/23/2022 5:02:21 PM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820C0012
 
Response Due
7/8/2022 1:00:00 PM
 
Archive Date
07/08/2022
 
Point of Contact
Rachel Kinney, Jeremy Grimley
 
E-Mail Address
Rachel.Kinney@usace.army.mil, jeremy.j.grimley@usace.army.mil
(Rachel.Kinney@usace.army.mil, jeremy.j.grimley@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), Sacramento, CA 95814 intends to award a firm-fixed-price (FFP) Sole Source Contract Modification to Hensel Phelps (12121 Grant Street Suite 410, Thornton, CO 80241). The effort would be implemented under the Ground Based Strategic Deterrent (GBSD) Mission Integration Facility (MIF) project at Hill Air Force Base. The construction and installation effort will include the following Security Systems and Uninterrupted Power Supply (UPS): Security Systems Electronic Security System Provide Electronic Security System (ESS) for locations in the GBSD facility as indicated.� All active electronics equipment and field devices such as access keypads, balanced magnetic switches, request to exit motion sensors and push buttons, data gathering panels, and entry control system software/equipment shall comply with memorandum Air Force Non-Nuclear Intrusion Detection System Equipment Approval dated 30 January 2019.� All active equipment and system acceptance testing shall be part of the scope.� Installation shall comply with UFC 4-021-02 and ICD/ICS-705-1. Access Control The facility shall be equipped with an access control system (ACS).�� The existing Base standard ACS hardware is Honeywell ACS based on proprietary protocols. The head end ACS equipment will be located in the security office.� All compartmented spaces with the secure area require Access Control.� In addition to AC devices the Contractor shall provide Access Control for all Access Control Gates on the sites. Intrusion Detection System The facility shall be equipped with an intrusion detection system(s) (IDS). �The existing Base standard IDS hardware is Honeywell IDS based on proprietary protocols. The head end IDS equipment shall be located in the security office. All interior spaces with openings into the secure area and all exterior perimeter openings of the building will require IDS.� Multiple IDS systems are and will be dependent on the compartmentalization of the Secure Area.� Installers shall be Honeywell Vindicator trained and certified installers and programmers.� The Contractor shall install, test, and program the new system(s) into Hill AFB existing Vindicator suite for monitoring. 75SFS/S5C and 75 SFS/ESS will conduct site surveys with the user and will facilitate the final programming of the new system with the Contractor. CCTV The facility shall be equipped with a CCTV system consisting of a monitoring station at both the security desk and security office.� All active equipment (head end, monitor station, cameras) and associated cabling shall be part of the ESS supplied by the contractor.� Active equipment shall include 24-hour NVR recording capacity for the combined cameras (at highest camera resolution setting), two 32"" commercial displays, playback and camera control console, and H.264 5MP/1080i cameras.� Cameras shall be adjustable to allow for 5MP/12IPS, 1080i/30IPS resolution and frame rate and shall have MicroSD edge recording.� System shall be capable of User defined ""regions of interest"" settings.� Contractor shall provide 8 hours of training for User designated personnel on the operation and maintenance of the system. �Uninterrupted Power Supply (UPS) Server Rooms The facility includes a group of 5 server rooms, each containing twenty rack/cabinets each of which shall comply with ETL 01-18 and applicable UFC requirements.� Each rack/cabinet is anticipated to contain approximately 10kW of active equipment.� Each server room will serve different levels of classification and thus have physical separation.� Each space shall be provided with provisions to connect UPS system for each server room which will be contained within the common server electrical space.� The server rack rows shall be provided with overhead plug-in busway for power distribution to each rack from the UPS output distribution switchboard.� Contractor shall provide one busway plug-in for each rack.� The busway shall be fed from a UPS output switchboard within the server electrical room.� An additional 100A208Y/120V panelboard with minimum 12 spare 20A/3P breakers shall be provided for each server room fed from the UPS output switchboard for future loads to be connected by the User.� An emergency shut-down mushroom pushbutton (with protective cover) shall be provided in each server room to shut down power into the space in accordance with NEC Art. 645.� The UPS systems shall be furnished by Contractor.� The UPS system shall be one system consisting of multiple modules serving all five server spaces.� Modules shall be sized and configured with an ""N+1"" configuration, and all modules shall have the capability of being taken offline for maintenance while the other modules carry the load with no interruption to the server load.� The overall UPS system ""N"" capacity shall be loaded no greater than 80 percent of nameplate rating.� Battery strings shall be sized to provide a backup time of a minimum of 8 minutes.� Batteries shall be VRLA type within enclosed cabinets This will be awarded on a sole source basis under the authority of 41 U.S.C. 3.304(a)(1), as implemented by FAR 6.302-1(a)(2)(iii)(A) � Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The applicable North American Industrial Classification System (NAICS) code is 236210, Industrial Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000 annual revenue. The Product Service Code (PSC) is Y1AZ, Construction of Administrative Facilities and Service Buildings.�� In accordance with FAR 36.204(f) the magnitude of construction is estimated to be between $1,000,000 and $5,000,000. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. No solicitation package is available and telephone inquiries will not be honored. This is a notice of intent to award a sole source action; however, all interested persons that identify to the Contracting Officer their intent and capabilities to satisfy the Government�s requirements received no later than 8 July 2022 at 1:00pm Pacific Time Zone will be considered. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Responses or questions pertaining to this notice should be submitted by email to Ms. Rachel Kinney, Contracting Officer, at Rachel.Kinney@usace.army.mil and Mr. Jeremy Grimley, Contract Specialist, at Jeremy.J.Grimley@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/08956c2d95d74968b2eee9b91655eea2/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06366523-F 20220625/220623230118 (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.