SOURCES SOUGHT
61 -- ELEVATOR CONTROL SYSTEM
- Notice Date
- 8/26/2020 4:19:52 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274220ECTLR
- Response Due
- 9/11/2020 6:00:00 PM
- Archive Date
- 09/26/2020
- Point of Contact
- Kyong Yu, Phone: 808-471-0130
- E-Mail Address
-
kyong.yu@navy.mil
(kyong.yu@navy.mil)
- Description
- OBJECTIVE: The Naval Facilities Engineering Command, Pacific (NAVFAC PAC), Architect-Engineer (A-E) Contracts Branch is issuing this Sources Sought Notice to determine the availability of elevator control systems with the following minimum salient characteristics: Microprocessor-based logic system controller that can be used on any major manufactures� elevator. Capability of controlling electric traction passenger elevator systems.� The elevator size and arrangement will accommodate an ambulance stretcher 24-inch by 84-inch with not less than 5-inch radius corners, in the open, horizontal position.� The following are additional specifications of the elevator: Type: Gearless Rated load: 3500 lb. Rated Speed: 350 fpm Car Door Type: Single-speed side slide. Car Door Opening Width: 3 ft.-6 in minimum The elevator control system package shall include all hardware and software required for the installation, maintenance, and service of the elevator, in its' entirety. The elevator controller shall have a current certificate of safety code compliance issued by a Government Agency or internationally recognized organization.� For example, a current certificate of safety code compliance issued by the Technical Standards and Safety Authority (TSSA), Toronto, Canada would be considered acceptable. The elevator controller shall automatically reestablish normal elevator operation following any temporary loss of power, regardless of duration. The elevator controller interface cabinet shall comply with arc-flash protection requirements of NFPA 70E and UFC 3-560-01. The elevator controller interface system shall provide complete elevator controller interface capability and shall include the elevator controller manufacturer's comprehensive package of installation and diagnostic software. The elevator controller interface system shall provide unrestricted access to all parameters, all levels of adjustment, and all flags necessary for installation, adjustment, maintenance, and troubleshooting of elevators. The elevator controller interface system shall provide the capability to display and diagnose trouble calls, faults, and shutdowns.� Expiring software, degrading operation, and ""key"" access controls are not acceptable. The microprocessor software and access system shall not terminate the unlimited and unrestricted access at any future date. All software programming shall be stored in non-volatile memory.� In addition, the elevator controller fault log shall provide non-volatile memory fault log storage of all faults, trouble calls, and fault history for a minimum of one year and the ability to download or print the fault log. The elevator controllers shall be available for purchase and installation by any licensed elevator contractor.� All components, parts, diagnostic tools, and software shall be available for purchase and installation and use by any licensed elevator contractor; ""exchange-only"" provisions for the purchase of spare parts are not acceptable. Comprehensive factory training shall be available to any licensed elevator contractor and shall include controller installation, adjustment, service, and maintenance. Technical support services for the elevator control system shall be telephone and internet based and shall be made available to any licensed elevator installation, service, and maintenance company. The service shall include live telephone based technical support for installation, adjustment, maintenance, and troubleshooting of the elevator controller and related elevator components. The service shall be available during standard working hours in Guam. The applicable NAICS code is 334519 � Other Measuring and Controlling Device Manufacturing.� The small business size standard is 500 employees. BACKGROUND: NAVFAC PAC A-E Contracts Branch is working on a Class Justification and Approval (J&A) that would authorize the inclusion of the C4 Elevator Control System manufactured by Smartrise Engineering, Inc. in solicitations on a brand-name basis under the authority of 10 U.S.C. 2304(c)(1). The C4 Elevator Control System is an elevator controller that uses a microprocessor-based logic system that monitors and controls each elevator in a building. The C4 Elevator Control System consists of several hardware components including, but not limited to, motor drive and motor controller. The C4 Elevator Control System also consist of the software necessary to operate the system in addition to allowing the integration of multiple C4 Elevator controllers within a group. Further technical specifications pertaining to the C4 Elevator Control System can be found on Smartrise�s website at: https://www.smartrise.us/products/c4-controller/ The authority to act under the proposed Class J&A would be limited to C4 Elevator Control Systems required at Guam for projects in support of the Marine Corps� Defense Policy Review Initiative (DPRI) Program.� Primary location in Guam is Marine Corps Base Camp Blaz (MCBCB).� It is anticipated that the proposed Class J&A will apply to 7 construction projects for approximately twenty-one (21) C4 Elevator Controllers in Fiscal Year (FY) 2021. 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. 2304(c)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency. Use of the C4 Elevator Control System manufactured by Smartrise Engineering Inc. for bachelor quarters buildings in Guam under the Marine Corps� DPRI Program allows for a single uniform elevator control system umbrella rather than a hybrid system composed of many different controllers, configurations, and programming setups which would provide the following benefits to the Government: A single uniform elevator control system umbrella will improve operational efficiency by avoiding the significant burden of having maintenance, inspection, and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of equipment from different manufacturers. A single uniform elevator control system data acquisition device will help reduce the periodic certification process of the elevator by having all controllers� data in one device. A single uniform elevator control system would eliminate the need to maintain an inventory of different repair parts and spares from multiple manufacturers, thereby minimizing waste since all repair parts and spares could be used across all elevator control systems. INSTRUCTIONS TO INTEREST PARTIES: 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 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. Interested parties shall respond to this notice by providing information to demonstrate that products other than Smartrise�s C4 Elevator Control System can meet the Government�s need such as: Product Description Model Number, Catalog Number, Code Number, or equivalent model designation Manufacturer�s Technical Datasheets. Published price list for the system, components, parts, servicing, and training. The information requested above shall be sent electronically to Kyong Yu, Contract Specialist, at kyong.yu@navy.mil no later than 3:00pm HST on Friday, 09/11/2020. Hardcopy submission of the attachment shall not be considered by the Government. Interested parties with questions or clarifications pertaining to this Sources Sought Notice shall submit them electronically in writing to kyong.yu@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fb78857d05a94890ba6afc167e9db0b7/view)
- Place of Performance
- Address: Santa Rita 96915, GUM
- Zip Code: 96915
- Country: GUM
- Zip Code: 96915
- Record
- SN05775123-F 20200828/200826230202 (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 |