Wyoming Bids > Bid Detail

Sources Sought Announcement - GBSD ITC & MHC Fire Alarm Panels

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159409347712274
Posted Date: Jul 18, 2023
Due Date: Aug 1, 2023
Solicitation No: W9128F23SM024
Source: https://sam.gov/opp/c4ee9e4617...
Follow
Sources Sought Announcement - GBSD ITC & MHC Fire Alarm Panels
Active
Contract Opportunity
Notice ID
W9128F23SM024
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 18, 2023 01:26 pm CDT
  • Original Response Date: Aug 01, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    FE Warren AFB , WY 82001
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR MONACO BRAND FIRE ALARM PANELS – GBSD INTEGRATED TRAINING CENTER (ITC) AND MISSILE HANDLING COMPLEX (MHC) AT F.E. WARREN AFB, WY





INTRODUCTION





The US Army Corps of Engineers, Omaha District, Contracting Office, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide Fire Alarm Control Panels in the construction of two projects, the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) and Missile Handling Complex (MHC) at F.E. Warren Air Force Base, Wyoming.





The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may include specifications regarding the fire alarm control panels, or, if justified by market research a brand name Justification and Approval. USACE intends to issue one design-bid-build construction contract, per project. The solicitation is anticipated to be full and open competition for both the ITC and MHC projects. The magnitude of construction is expected to range between $25,000,000 and $100,000,000 for each project.





This sources sought is specific to the fire alarm control panels required for each project.





NOTE: The Air Force has an approved class J&A for Monaco Brand Name Fire Alarm Panels. A copy of that class J&A is attached. This is a supplementary market research effort conducted by the Army to support these specific projects.





DISCLAIMER





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





PROGRAM BACKGROUND & DESCRIPTION OF SERVICES





USACE has received the mission to design and construct and/or renovate multiple facilities at F.E. Warren AFB in support of the Ground Based Strategic Deterrent (GBSD) program. As part of the design and construction effort, new Fire Alarm Panels will be installed to support the operation of various facilities and the Air Force has standardized use of Monaco equipment at F.E. Warren AFB. The Government will not purchase these items directly, but will require the following construction contracts to provide and install the following:





PROJECT TYPE MAGNITUDE ITEM MAKE EST. AMT



GBSD ITC MILCON(3300) $25-100M Fire Alarm Panel Monaco $25-70K



GBSD MHC MILCON(3300) $25-100M Fire Alarm Panel Monaco $25-70K







REQUIRED CAPABILITIES





The Government requires fire alarm control panels for both the GBSD ITC and MHC projects. The intent of this Sources Sought is to assess the state-of-the art of the technology available in the fire alarm control panel products that could be applied to this requirement.





The Government envisions a solution for fire alarm control panels that meet the following operational and program requirements: See attached Air Force Class Justification and Approval – Fire Alarm Panels.





Non-Developmental Item. The fire alarm panels should be a non- developmental item to the maximum extent possible.





Qualification. The fire alarm control panels must be qualified and demonstrate compliance to the Monaco brand fire alarm control panels and all associated components (Reference Attached Specs), capable of supporting a multi-story facility located at F.E. Warren Air Force Base, WY as described in the program background. Proof of qualification should be addressed in the response.





Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians availability, and repair response times for their products.





SPECIAL REQUIREMENTS





Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.





ELIGIBILITY





The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1JZ.





The applicable NAICS code for fire alarm control panels is 334290, Other Communications Equipment Manufacturing with a Small Business Size Standard of 800 employees. The product service code is 6350, Miscellaneous Alarm, Signal, and Security Detection Systems.







SUBMISSION DETAILS





Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialists, Brandon Landis and Tim Howland, in either Microsoft Word or Portable Document Format (PDF), via email brandon.p.landis@usace.army.mil and timothy.j.howland@usace.army.mil no later than 2:00 p.m. CST on 1 August 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.





If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, website address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 18, 2023 01:26 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >