Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2016 FBO #5262
SOLICITATION NOTICE

Y -- FY 16 F35 Aircraft Maintenance Unit Hangar 3

Notice Date
4/18/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-16-R-0025
 
Archive Date
6/12/2016
 
Point of Contact
Otse Adikhai, Phone: 2134523248, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
Otse.A.Adikhai@usace.army.mil, sandra.oquita@usace.army.mil
(Otse.A.Adikhai@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Date
5/13/2016
 
Description
Department of the Army U.S. Army Corps of Engineers Los Angeles District JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Agency: The contracting agency responsible for this procurement action is the U.S. Army Corps of engineers, South Pacific Division, Los Angeles District (CESPL), Los Angeles, CA. 2. Description of Action: A new competitive firm fixed-price construction contract which includes "brand name only" components listed below, which will be awarded using MILCON-AF funding. 3. Description of the Supplies/Services: Construct a new FY16 F35 Aircraft Maintenance Hangar-3, at Luke AFB in support of the F35 Mission Beddown that includes the seven "Brand Name" components below: a. Det-Tronics Eagle Quantum Premier Fire Detection/ Releasing System, to include foam panel and flame detectors as required by the HQ Air Force Civil Engineer Center (AFCEC) hangar Fire Protection Engineer (Subject Matter Expert) for all Air Force hangars. The current government estimated direct material cost of the brand name component listed is $110,800. b. Simplex Fire Alarm System and Monaco transmitters required by the Major Command. The current government estimated direct material cost of the brand name components listed is $31,400. c. Nexus 1262/1272 Electric Smart Meter by Electro Industries/Gauge Tech. This is a power service entry meter required by the command to monitor energy use. The current government estimated direct material cost of the brand name component listed is $4,706. d. Advantor Security Systems required by the Major Command. The current government estimated direct material cost of the brand name component listed is $23,600. e. Securadyne/ Lenel Systems. This is an integrated base wide access control system required by the installation to control and monitor access to facilities in classified areas that require positive access control. The current government estimated direct material cost of the brand name component listed is $7,300. f. Distech Mechanical Controls. This is an integrated base wide mechanical controls system required by the installation to control service, monitor performance and energy use. This system enables the project facility controls system to interface with the existing EMCS (Energy Management and Control System) on the base via fiber connection to the project facility. The current government estimated direct material cost of the brand name component listed is $34,500. g. Monaco Fire Alarm Transmitters. Currently 98% of the Fire Alarm Transmitters on the installation are Monaco, which are required by the Major Command. The current government estimated direct material cost of the brand name component listed is $4,470. The current working estimate for the competitive construction contract is $11,352,000. 4. Authority Cited: 10 U.S.C. 2304(c)(1) and FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Reason for Authority Cited: HQ Air Force Civil Engineer Center (AFCEC) hangar Fire Protection Engineer has national standards for installations to include Luke AFB Base for all new or renovated hangars. The requirement is in response to Air Force lessons learned regarding repeated false alarms and inadvertent discharges. This will reduce risk of accidental aircraft damage, cleanup and lost mission or aircraft down time. The maintenance and repair training for these systems is very brand name specific so it is necessary to keep the systems the same for communicating with each other, parts compatibility and storage and training purposes. With multiple brand names, the end user would need to be trained how to use all the different systems. The Base Civil Engineer (BCE) spare parts inventory will remain manageable with all systems of the same brand name. Also, for every brand name specified, a different software system is required; resulting in extra costs for the purchase of each system. By using the systems listed in this document alleviates communication and compatibility issues caused by using multiple brand name systems and result in a fully functioning base wide system. Having the same name brand on all required systems would be the most cost effective. 6. Efforts to Obtain Competition: The Solicitation being issued will be an unrestricted competitive RFP. The brand name components represent a small portion of the overall construction project that is being competed. Use of alternative products and systems would be counterproductive in that they are not fully compatible with the base standards, Major Command and HQ Air Force requirements, mitigates false alarms, inadvertent discharges reducing risk of accidental aircraft damage, cleanup and lost mission or aircraft down time. Additionally separate systems would increase future cost of maintenance, training and human labor hours, offsetting any savings gained by use of such system. 7. Actions to Increase Competition: See Paragraph 6 above. 8. Market Research: There are no known alternative systems that are fully compatible with these systems based on lessons learned and expert judgment by subject matter experts and experience of the Air Force. Signatures for certifications and approvals appear on the following pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-R-0025/listing.html)
 
Place of Performance
Address: 14185 Falcon St., Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04086848-W 20160420/160418234140-d4e9c3b5cfaa49eb810586235d3a2652 (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 |
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.