SOURCES SOUGHT
Y -- Vehicle Control Point (VCP) 2 - Fort Meade
- Notice Date
- 9/23/2012
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-S-0033
- Archive Date
- 10/11/2012
- Point of Contact
- Nancy Kebe-Robinson, Phone: 410-854-0737, Carlen Capenos, Phone: 410-854-0739
- E-Mail Address
-
nancy.kebe-robinson@usace.army.mil, carlen.capenos@us.army.mil
(nancy.kebe-robinson@usace.army.mil, carlen.capenos@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. The Government is trying to determine the availability of certain brand name components for an upcoming acquisition. No award will be made from this Sources Sought Notice. No solicitation is available at this time. However, responses to this Sources Sought Notice may be used to determine appropriate acquisition strategies for future acquisitions. The Army Corps of Engineers, Baltimore District, intends to solicit and award a construction project for an upgrade to a visitor control point located on Fort Meade, MD. This construction project will be solicited as a Service-Disabled Veteran-Owned small business set aside under a future solicitation. This project may include brand name only components, as described below, unless the results of these 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 future construction projects; (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. Ground Retractable Automobile Barrier by Smith & Wesson Security Solutions will be sole sourced if no sources are able to provide an equivalent system. In the event no equivalent equipment exists, the Brand Name Only justification will be issued pursuant to FAR Part 6.302-1(c)(1), "Only One Responsible Source and No other supplies or Services will satisfy Agency Requirement." A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted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 that will be issued competitively. Only that part of the project requiring brand name components will be sole source if no sources are able to prove an equal product. The construction projects themselves will be competitively solicited. SUMMARY OF REQUIREMENT: Construction project will include brand name only equipment for Ground Retractable Automobile Barrier (GRAB-300) System. Ground Retractable Automobile Barrier (GRAB-300): The project will involve replacement of the inbound existing Grab Retractable Automobile Barrier (GRAB-300) in order to provide protection for the widened two-lane roadway width. The existing outbound single-lane barrier is currently protected by a GRAB-300 system, which was supplied by Smith & Wesson Security Solutions. Any vendor wishing to provide a system(s) that is compatible with the existing G R A B - 300 vehicle barrier s y st e m must provide a copy of its brochure and any other data describing how the system is compatible and an "or equal" system by 26 September 2012,11:00 a.m. Eastern Standard Time, to Contract Specialist, Nancy Kebe-Robinson, U.S. Army Corps of Engineers, Baltimore District, Contracting Division, via email to Nancy.Kebe-Robinson@usace.army.mil This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This project will be solicited at a future date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0033/listing.html)
- Place of Performance
- Address: Fort Meade, Fort Meade, Maryland, United States
- Record
- SN02895352-W 20120925/120923233538-73160d60b74ee9282b0a23635102f942 (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 |