SPECIAL NOTICE
Y -- T-7A EGRESS, F-35 EAST CAMPUS HILL AFB, UT
- Notice Date
- 10/31/2025 12:25:07 PM
- Notice Type
- Special Notice
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825RA009-NOI
- Response Due
- 11/14/2025 3:00:00 PM
- Archive Date
- 11/29/2025
- Point of Contact
- Natalia Gomez, Phone: 9165576868, Michelle Spence, Phone: 9165777900
- E-Mail Address
-
natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil
(natalia.gomez@usace.army.mil, michelle.a.spence@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice of Intent to Limit Sources Under portion of an acquisition that uses a brand-name description Subject: Notice of Intent to Limit Sources of Brand Name Items �T-7A Egress F-35 East Campus, Hill Air Force Base, Utah Solicitation Number: W9123825RA009 1. Purpose: The United States Army Corps of Engineers, Sacramento District intends to include the following proprietary items in a solicitation for a construction acquisition under the authority of FAR 6.302-1(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. This project may include a Brand Name only component, as described below, unless the result of this notification indicates otherwise. This notification serves three purposes: (1) to notify potential Offerors of the Government's intent to solicit a brand name only component under this construction project; (2) to identify potential sources that can provide the brand name only item and/or equivalent; (3) notification of the Army's intent to limit sources for a Brand Name Only. This a Brand Name Only justification that will be issued pursuant to FAR Part 6.302-1(c)(1), ""Only one responsible source and no other supplies or services will satisfy agency requirements"" �An acquisition or portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product, or feature of a product, peculiar to one manufacturer�. A subsequent market survey will not be published in support of a Justification and Approval (J&A) for limited sourcing the resultant product(s) or system(s). In such instances, the brand name is embedded in the construction project that will be issued/solicited competitively. Only that part of the project requiring brand name components will be sole source if no sources are able to prove an equal product. 2. Justification for Limited Source: Brand-name Only: Ascent Compass by Alerton and InfoScan by Dorsett Hill Air Force Base currently utilizes Direct Digital Control (DDC) System which is Ascent Compass by Alerton, and InfoScan by Dorsett Technologies, Inc. as its Utility Monitoring and Control System (UMCS) Front End. DDC installers incorporating control systems into the ICS shall use the existing Alerton or Dorsett front ends. The new facility Building Automation System (BAS) must be integrated into one of the existing Front Ends and comply with UFC 4-010-06 Cybersecurity of Facility-Related Control Systems. Per the Specification section 01 10 10.09 paragraph 1.3.2.27 indicates that Dorsett is the preferred system of Hill AFB UMCS and DDC. Proprietary Capabilities: Only Ascent Compass by Alerton, and InfoScan by Dorsett Technologies, Inc. possesses the unique technology required to meet the UFC 4-010-06 Cybersecurity of Facility-Related Control Systems requirements for this construction project. Lack of Competition: Two EMCS GUI front ends are currently utilized at Hill AFB. Ascent Compass by Alerton, and InfoScan by Dorsett Technologies, Inc. are the only two brand-name technologically compatible with the required UFC compliance that is authorized to be integrated into the existing systems. Design Analysis was conducted and has demonstrated that no other source that can provide the requirements that meets the necessary specifications. Standardization: Acquiring from Ascent Compass by Alerton, and InfoScan by Dorsett Technologies, Inc. is necessary to maintain standardization with existing systems at Hill AFB. Using a different source would not be incompliance and incompatible with the Hill AFB Design Standard. 3. Known Sources: Vendor Name: Dorsett Technologies Inc. Address: 486 N Patterson AVE STE 301, Winston Salem, North Carolina 27101 Point of Contact: Joe Partsch, CFO, 855-387-2232 Ext: 2208, jpartsch@dorsettcontrols.com CAGE Code: 0DZA0 4. Estimated Contract Value: Total Estimated Value: $476,099.00 Contract Type: Firm-Fixed Price Period of Performance: 840 calendar days after receiving notice to proceed 5. Respondents to this 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 Friday, November 14, 2025, at 3 pm Pacific. 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 Intent to Limit Source Under portion of an acquisition (Brand Name) for W9123825RA009. Any prospective contractor must be registered in the System for Award Management (SAM). Responding to this notice shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Natalia Gomez by email at natalia.gomez@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 notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice of intent. 6. Point of Contact: Natalia Gomez Email: Natalia.gomez@usace.army.mil Michelle Spence Email: michelle.a.spence@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/252f065b8be341cea9a284290e994a89/view)
- Record
- SN07632586-F 20251102/251031230030 (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 |