Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOURCES SOUGHT

Y -- Sources Sought Notice for Sole Source Market Research for the General Instructional Building, United States Military Academy, West Point, New York FY21 UMMCA PN 94363

Notice Date
12/15/2020 12:25:00 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
New York New York NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS21S0012
 
Response Due
12/30/2020 11:00:00 AM
 
Archive Date
01/14/2021
 
Point of Contact
sandra schenning, Phone: 9177908177, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
sandra.l.schenning@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(sandra.l.schenning@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
SUBJECT: Sources Sought Notice for Sole Source Market Research for the General Instructional Building, United States Military Academy, West Point, New York FY21 UMMCA PN 94363 The New York District plans to solicit and award a design-build construction project for subject project in FY21. This notification serves three (3) purposes: A.� To notify potential offerors of the Government�s intent to solicit a brand name only components for this project. B.�� To identify potential sources that can provide an equivalent to the brand name only item(s). C.� Notification of the Army�s intent to solicit brand name components as described below. 3.�������� The items described below, under summary of requirements, are embedded in the construction project.� The contract will be issued as a negotiated procurement.� Only the components described below will be sole sourced, if no other sources are identified that can provide an equivalent system.� In the event no equivalent sources are found, the brand name only justification will be issued pursuant to FAR Part 6.302-1, Only One Responsible Source.� A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing.��� Supplies of the brand name component will be provided directly to the Contractor(s) and not to the Government. 4. ������� Summary of Requirements: Complete Monaco Fire Alarm System Due to post wide compatibility issues and based on the capabilities described below of a Monaco Fire Alarm system, all new construction and renovation projects at the USMA, West Point are now featuring the latest version of the Monaco Fire Alarm Control Panel. The MAAP Plus Analog Addressable Integrated Radio Transceiver and Fire Alarm Control Panel is capable of point reporting up to 1584 addressable device points via proprietary UHF radio signal to the Monaco D-21 Enhanced Central Radio Control Alarm receiving system at West Point Fire Department Dispatch. New Fire Alarm installations include Mass Notification Systems (MNS) in accordance with DoD Unified Facilities Criteria (UFC) 4-021-01. The existing RF infrastructure provided by Monaco supports the UFC requirements for primary MNS communications. The Monaco Fire Alarm and integrated MNS system has the capability to remotely activate the in-building MNS messaging system and provide live-voice announcements directly from the D-21 Central Station at West Point Fire Dispatch. Each Fire Alarm System (FAS) and Mass Notification System (MNS) shall be a complete, supervised, non-coded, analog-addressable system, installed in class A configuration per NFPA 72. The FAS/MNS shall provide point reporting to the Fire Alarm Control Panel (FACP). The FACP shall in turn provide point reporting to the Monaco D-21 Central Receiving Station at USMA West Point Fire Department Dispatch. Point reporting, also known as point to point reporting, is the capability to relay the status of each addressable device and certain system components such as Signaling Line Circuits (SLC) to the D-21 Central Receiving Station in real time. The FAS/MNS shall be tested and perform as a critical life-safety system. The FAS/MNS shall be compatible with and shall communicate seamlessly with the D-21 Central Receiving Station, without impairing operational function or reliability of any existing FAS or MNS. Use of interfacing relays between the FACP and communications transceiver to provide point or zonal alarm trouble status shall not be permitted. All devices must comply with the Aug 1997 Federal Wireless communication commissions office of engineering and technology Bulletin 65, Evaluating Compliance with the FCC Guideline�s for Human Exposure to RF Electromagnetic Fields. B. Best Hardware Lock Cylinders & Cores (Non-Electronic)� Due to compatibility and consistency issues with keying at the USMA, Best lock is the USMA standard for lock hardware.� This applies to locks that are not electronic. Hardware locksets shall accommodate Best lock cylinders and cores. Voice DAS C Squared is West Point�s contracted maintenance contractor for the existing Voice cell system. They currently do all the design, installation, configuration and provide maintenance support at West Point. Anther supplier will have no familiarity with the West Point environment which would result in issues connecting to the existing network. ��������� D. CAC Hirsch Card Access Systems by Embrace Technologies: Redtop Company is the only registered and certified contractor to perform all the card access work at USMA.� Redtop Company uses the Hirsch / Embrace Altronix Card Access Systems that are also certified DoD security systems and used by USMA. E.� Shark 200 meter Due to post wide compatibility issues and based on the capabilities described below of the Shark 200 meter, all new construction and renovation projects at the USMA, West Point are now featuring the latest version of the Shark 200 meter. All incoming electrical services shall be metered at the main distribution switchboard, on the line side of the service disconnect switch. Meters shall be revenue grade with advanced I/O and power quality. Meter shall be sole sourced to Shark 200 as manufactured by Electo Industries/GaugeTech. It�s an approved meter that can be connected to the existing accredited metering network. Any other meter cannot be connected to the West Point�s Metering Network. Shark 200 meter shall be equipped with V2 of higher V-Switch technology. Meter shall be provided with INP100S and PO1S I/O boards for communication. F.� American Water American Water Operations and Maintenance, Inc. (AWO&M) will furnish all labor, materials, and equipment to provide and install extensions of the existing domestic water services, fire suppression system services, and sanitary sewer services to the new facility. ��������� G.� City Light & Power City Light & Power, Inc. will furnish all labor, materials, and equipment to provide and install extensions of the existing electrical power utility services to the new facility. � �5.� ��� Any vendor that wishes to provide an alternate source to the brand names above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineers, Contracting Division. This is a market survey and notification of intent only.� This is not a request to respond to a solicitation.� This requirement will be solicited at a future date. ���������������������������������������������������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ca07ee89d4244e8a8ed0c4695a9c5df/view)
 
Place of Performance
Address: West Point, NY, USA
Country: USA
 
Record
SN05874775-F 20201217/201215230145 (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 |
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.