Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

J -- Determine the availability of Fire Alarm/Mass Notification Control Panels (FMCPs), which meet the salient characteristics of Siemens FireFinder XLS, MCRD Parris Island

Notice Date
9/21/2023 7:50:58 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523ML094
 
Response Due
10/2/2023 11:00:00 AM
 
Archive Date
10/17/2023
 
Point of Contact
Holly N. Manning, Phone: 7573410078
 
E-Mail Address
holly.manning@navy.mil
(holly.manning@navy.mil)
 
Description
Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT), is issuing this Sources Sought Notice for market research purposes only. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. The purpose of this notice is to determine the availability of Fire Alarm/Mass Notification Control Panels (FMCPs), which meet the salient characteristics of Siemens FireFinder XLS. BACKGROUND: NAVFAC MIDLANT is working on a Class Justification and Approval (J&A) for various projects at Marine Corps Recruit Depot, Parris Island, South Carolina. This Class J&A would authorize the inclusion of brand-name specifications, under the authority of 10, U.S.C. 3204(a)(1) for Siemens FireFinder XLS. �It is anticipated that the proposed Class J&A will cover various construction projects from Fiscal Year (FY) 2024 to 2027. The projects include the replacement of obsolete fire alarm systems with new combination fire alarm/mass notification systems for multiple buildings. Technical specifications pertaining to the equipment/systems can be found at: XLS-FrontBackR12_04-19-12_PMI-2.pmd (menlosecurity.com) Based on internal Government research, the following was found to be sufficient preliminary rationale to permit other than full and open competition under the authority of 10, U.S.C. 3204(a)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency. 1. Improve cybersecurity and to reduce the number of Risk Management Framework Authorities to Operate. 2. Increase operational efficiency by enabling government technicians to develop proficiency in programming, operating, repairing, and maintaining FMCPs from a single manufacturer. 3. Reduce ownership costs by eliminating duplication of maintenance training, manuals, hardware/software, and spare parts inventory that would otherwise be required for multiple manufacturers. INSTRUCTIONS TO INTERESTED PARTIES: Any vendor that wishes to provide an alternate source to the brand name above that is compatible with the above must provide a response with data supporting the claim to include Identification of the manufacturer�s name, address, and country of product manufacture; fully detailed specification sheets; narrative addressing how your product meets the equipment above. Responses shall be submitted electronically to Holly Manning, Contract Specialist, at holly.n.manning.civ@us.navy.mil no later than 2:00pm EST on October 2, 2023. Hardcopy or facsimile submissions shall not be accepted or considered by the Government. Responses received after the deadline or without the required information shall not be considered by the Government. Please note that this is not a Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results to be issued to interested parties that choose to respond.� Information obtained from this Sources Sought Notice is for market research purposes to determine whether another companies� similar products can meet, or be modified to meet, the Governments needs which will facilitate the decision making process. All information received in response to this Sources Sought Notice marked or designated as proprietary information will not be released outside the Government. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e0363711edd4760b1bb991175b9791c/view)
 
Place of Performance
Address: Parris Island, SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN06841377-F 20230923/230921230535 (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.