SOURCES SOUGHT
63 -- Miscellaneous Alarm, Signal, and Security Detection Systems
- Notice Date
- 6/17/2016
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- OPHA1FY160003
- Response Due
- 7/5/2016
- Archive Date
- 7/20/2016
- Point of Contact
- Kimberlee Fujimoto, Contracting Officer, kimberlee.fujimoto@navy.mil
- E-Mail Address
-
kimberlee.fujimoto@navy.mil
(kimberlee.fujimoto@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Command, Hawaii is seeking alternate products/sources comparable to the five Brand Name components below: 1.Eagle Quantum Premier Fire Detection/Releasing System, manufactured by Det-Tronics, 6901 West 110th Street, Minneapolis, MN 55438. The alternate product/source must meet the following requirements/specifications: a.Detection/Releasing System must be listed by Underwriters Laboratories or approved by Factory Mutual. b.System must be immune to radar and radio frequency emissions. c.System must be rated to SIL Level 2 capability (IEC 61508). d.System must be capable of networking with infrared (IR) flame detectors, display current IR levels at any detector, have the ability to set the detector sensitivity from the panel, be able to download detector level log history, have remote test and diagnostic capability, and be capable of remote setup and programing of detector options. 2.XX3301 Multispectrum Infrared Flame Detector, manufactured by Det-Tronics, 6901 West 110th Street Minneapolis, MN 55438. The alternate product/source must meet the following requirements/specifications: a.Optical flame detection system must use triple infrared (IR) flame detectors listed by Underwriters Laboratories or approved by Factory Mutual. b.Detectors must be immune to radar and radio frequency emissions. c.Detectors must be rated so SIL Level 2 capability (IEC 62508). d.Detectors must be approved for installation in Class I Division 2 rated locations as defined by NFPA 70, National Electric Code. 3.J-1 Flow Control Valve, manufactured by The Viking Corporation, 210 N Industrial Park Drive, Hastings, MI 49058. The alternate product/source must meet the following requirements/specifications: a.Flow control valve must be capable of electric releasing, remote re-setting, and opening/closing speed control. b.Trim piping must be factory configured and installed. c.Valve must be specifically intended for use with firefighting foam-water solution. d.Valve must be equipped with a pressure-reducing trim component. 4.Ultravoice Remote Interface, manufactured by Federal Signal Corporation, 2645 Federal Signal Drive University Park, Illinois 60484. The alternate product/source must meet the following requirements/specifications: a.Comply with UFC 4-021-01 Design and OMN: Mass Notification Systems (MNS) and OSHA 1910.165. b.Function with the existing radio controlled wide area mass notification system, i.e., Federal Signal. c.Provide remote voice notification messages from the wide area mass notification network to the facility occupants via the facility s fire alarm/mass notification system. 5.BT-XF Radio Fire Communicator and antenna manufactured by Monaco Enterprises, 14820 East Sprague Avenue; Spokane, Washington 99216-2191. The alternate product/source must meet the following requirements/specifications: a.Listed by Underwriters Laboratory (UL) or approved by Factory Mutual Global. b.Functional with the existing Base fire alarm receiver network configured for Monaco transceivers. c.Provide a narrow band radio transmitter in the 148.8125 MHz VHF frequency. d.Provide transmitters with power output not less than one watt and not exceeding five watts nominal. e.Provides transmitters which include a unique identity code as part of each transmission. Setting the code shall be readily accomplishable in the field without the need to exchange or alter circuit boards. This should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete information and specifications. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. Interested parties shall submit information and specifications to Ms. Kimberlee Fujimoto via email at Kimberlee.fujimoto@navy.mil. Interested parties responding to this announcement by Tuesday, July 5, 2016 at 1:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/OPHA1FY160003/listing.html)
- Place of Performance
- Address: NAVFAC Hawaii Code OPHA1
- Zip Code: 400 Marshall Road
- Zip Code: 400 Marshall Road
- Record
- SN04153409-W 20160619/160617234052-fe75b9879be22a3c0b601ffd33d29a33 (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 |