MODIFICATION
56 -- NOTICE OF INTENT ONLY FOR SONIC/ACOUSTICAL DOOR SYSTEM
- Notice Date
- 4/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-12-S-0012
- Response Due
- 4/12/2012
- Archive Date
- 6/11/2012
- Point of Contact
- Sandy Oquita, (213)452-3249
- E-Mail Address
-
USACE District, Los Angeles
(Sandra.Oquita@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A NOTICE OF INTENT ONLY AND NOT A REQUEST FOR COMPETITIVE PROPOSALS. The U.S. Army Corps of Engineers, Los Angeles District, intends to specify the sole source system/items cited below for Krieger Specialty Products for Oversize Acoustical Doors to support an anticipated future procurement for the following project located at Luke Air Force Base, Maricopa County, Arizona. ACADEMIC TRAINING CENTER (ATC):The ATC will construct flight simulators, training facilities, a squadron operations building, shared infrastructure tie-in, utility relocations and supporting facilities like parking lots and site work. All of the facilities shall comply with the Special Access Program Facility (SAPF) security specifications, DoD force protection requirements per unified facilities criteria and meet and be certified LEED Silver under the USGBC LEED-NC Rating System. The project(s) will include intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems. Supporting facilities include all utilities services, site lighting, fire protection and alarm systems, and lightning protection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. This project will comply with all applicable standards and codes, including the DOD Anti-Terrorism/Force Protection requirements per UFC 4-010-01. Luke Air Force Base utilizes the sole source systems/items cited below by a single manufacturer for consistency, compatibility and sustainability. The sole source system(s)/item(s) bellow are part of a sytem to meet SAPF requirements, equipment and devices will be required to be fully compatible and operable with the existing or integrate with base-wide system. Systems, equipment and devices to be installed, configured, operated, and maintained to include any software programming features shall not impair reliability or operational functions of those existing base-wide systems already in use. The use of Other than Full and Open Competition for these items is authorized by FAR 6.302-1 where a substantial duplication in cost to the Government is not expected to be recovered through competition. No solicitation is available, however, all submittals received within 10 days of this publication will be considered by the Government. A determination by the Government to use sole source specifications is solely within the discretion of the Government. Krieger Specialty Products for Oversize Acoustical Doors These acoustical doors provide sound retardant door assemblies of the thickness, width, and height to be indicated and specified in the anticipated future solicitation, complete with perimeter seals, seal housings, gasketing, automatic door bottoms, thresholds, door frames, and astragals as required to conform to the specified STC per ASTM E 90 and ASTM E 1289. General product requirement Design requirements: Oversized acoustical door assemblies include doors, frames, and door hardware to include Hinges, latches, gasketing systems, retainers and retainer covers, automatic or fixed door bottoms, and sills, required to achieve specified performance requirements. Performance requirements: Sound Transmission Coefficient rating of STC 50,for installed assembly, when tested as operable door assembly in accordance with ASTM E 90 and ASTM E 413. Doors will comply and be certified to meet Special Access Program Facility (SAPF) security specifications and Air Force certification processes. Please provide a written statement of compliance and a technical description of your company's product{s) to include descriptive literature and technical specifications necessary to support that compliance. Also include a list of projects in which the proposed manufacturer system/item has met similar integration and compatibility with existing base-wide systems. The list shall include the exact location of project(s) and a point of contact for the base or owners representative contact with phone numbers. Point of contact is Sandy Oquita, Contract Specialist. Capability responses and inquiries will only be accepted electronically by email at: Sandra.oquita@usace.army.mil. Capability responses should include product descriptive literature and technical specifications, your point of contact info (name, phone number, email), and pricing info. Please provide. All interested parties must submit their responses to: Sandra.oquita@usace.army.mil. no later than 2:00 PM (PST) on 12 April 2012. Capability responses sent to any other email address will not be accepted. This notice of intent shall not be construed as a Request for Quote or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice of intent or otherwise pay for information requested. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. Respondents will not be notified of the results of this surveyor results of information submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0012/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02714913-W 20120407/120405235337-a56e30a8b3cfd2e44c1bd674eb163bee (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 |