SPECIAL NOTICE
Y -- Notice of Brand Name Justifications for a Fire Alarm Control Panel and HVAC Chillers � Sentinel Re-entry Vehicle Facility (RSRV), Vandenberg Space Force Base (VSFB), CA
- Notice Date
- 1/12/2024 9:52:37 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
- ZIP Code
- 90017-3409
- Response Due
- 2/1/2024 2:00:00 PM
- Archive Date
- 02/16/2024
- Point of Contact
- Stanislav Sekacov, Phone: 2134523216, Raj Cooper, Phone: 2134523168
- E-Mail Address
-
stanislav.y.sekacov@usace.army.mil, raj.cooper@usace.army.mil
(stanislav.y.sekacov@usace.army.mil, raj.cooper@usace.army.mil)
- Description
- DESCRIPTION: The US Army Corps of Engineers Los Angeles District Contracting Office is posting this brand name notification for a Fire Alarm Panel and HVAC Chillers for the construction of the Sentinel ReEntry Vehicle Facility at Vandenberg Space Force Base, CA.� The anticipated solicitation time frame for the RSRV is late 2024. The NAICS code for this contract action is 236220. The Produce Service Code for this action is Y1BF. Responses from vendors classified in similar NAICS codes and/or PSCs are encouraged and will be accepted. The equipment for the requirement is listed below � DESCRIPTION� � � � � � � � � � � � � BRAND NAME or EQUAL Fire Alarm Panel� � � � � � � � � � �Hochiki HVAC Chiller� � � � � � � � � � � � � � �Trane FIRE ALARM The Air Force Installation Contracting Center (AFICC) has a Brand Name Class J&A in place for the procurement of facility fire alarm panels through 30 Sep 2026. This Class J&A will support multiple contracts (new) throughout CONUS and OCONUS locations. For Vandenberg SFB, the brand name is identified as Hochiki. IAW FAR 5.201 a Notice of Proposed Contract Action/Special Notice, 772_Fire_Alarm_Panel_Brand_Name was posted on SAM.gov (Government Point of Entry ""GPE"") on 01 June 2021; the posting remained open for 15 days. While there will not be competition among manufacturers of the assigned name brand fire alarm panel, there can still be competition between distributors. These costs will be competed, most likely among small business installers, within the pricing for the construction contract. In accordance with DFARS PGI 206.302-1, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303.� The procurement of the Re-entry Vehicle Facility at Vandenberg Space Force Base, CA will include a Brand Name Justification using the AF Brand Name Class J&A as its foundation.�� HVAC CHILLER The United States Air Force (USAF) has a Brand Name Class J&A in place to procure Heating, Ventilation, & Air Conditioning (HVAC) chillers through 30 Sep 2024. This Class J&A will support multiple contracts (new) throughout USAF both CONUS and OCONUS locations. For Vandenberg Space Force Base this brand name is Trane. IAW FAR 5.201 a Notice of Proposed Contract Action/Special Notice, 238220, HVAC Chillers, was posted on FedBizOpps (FBO) 15 March 2019; the posting remained open for 15 days. During execution of the Air Force Class J&A, sources that expressed interest in this effort were as follows: Carrier, the York Brand of Johnson Controls, McQuay Chillers of Daikin Applied, Matthis Construction Company, and US Comfort Building Services Inc. The underlying analysis of the need for standardization accounted for as many different manufacturers� brands as would be practical to achieve the maximum amount of savings and efficiencies. The efficiencies of maintaining a limited number of HVAC chiller brands over time could not be achieved. It is for this reasoning that an alternate to the brand name of Trane is not likely to be allowed and not in the best interest of the Government.� While there will not be competition among manufacturers of the assigned name brand HVAC chiller, there can still be competition between distributors. These costs will be competed, most likely among small business installers, within the pricing for the construction contract. In accordance with DFARS PGI 206.302-1, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303.� The procurement of the ReEntry Vehicle Facility at Vandenberg Space Force Base, CA will include a Brand Name Justification using the AF Brand Name Class J&A as its foundation.�� Respondents to this Sources Sought Notice are to provide a capabilities statement which addresses at minimum: � Contractor name Contractor address Contractor point of contact, phone, and email address Contractor Business Size (i.e., other than small business or small business) Contractor Unique Entity Identifier (UEI) number Capabilities statement Estimated delivery timeframe Authorized distributor letter (if applicable) Small Business Classification (if applicable) Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) SBA Veteran Small Business Certification (VetCert) (if applicable) FSS/GSA Contract number (if applicable) � Please limit responses to a maximum of three (3) pages. Respondents are advised that minor grammatical errors may be present in this notice. Please only bring such issues to the attention of the Government if you cannot discern the meaning of a specific sentence or section of the document. Not responding to this request does not preclude participation in future order requests. Interested parties may express their interest by providing a complete response no later than Thursday, February 1, 2024, at 2 pm PST. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete these proposed systems/materials based upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered.� When responding to this announcement, respondents should refer to Notice of Brand Name Justifications for W912PL24R0004. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Stan Sekacov by email at stanislav.y.sekacov@usace.army.mil. Please note, during this time the Government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements.� � DISCLAIMER: � This Request for Information/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Request for Information/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Request for Information/Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a62d8b137114ac1ba695abc64ec9004/view)
- Place of Performance
- Address: Lompoc, CA 93437, USA
- Zip Code: 93437
- Country: USA
- Zip Code: 93437
- Record
- SN06934471-F 20240114/240112230037 (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 |