ACF - VCI BRAND NAME EQUIPMENT SURVEY
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of an equivalent manufacturers for the following items for an upcoming project. No awards will be made from this ... This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of an equivalent manufacturers for the following items for an upcoming project. No awards will be made from this Sources Sought Notice. No solicitation will be available at this time. However, responses to this Sources Sought Notice will be used to determine an appropriate acquisition strategy for an upcoming projects. The U.S. Army Corps of Engineers, Baltimore District-Real Property Field Services Office (RSFO) intends to solicit and award construction project in support of a particular Intelligence Community (IC) customer. This project may include Brand Name only components, as described below, unless the results of this sources sought notice indicates otherwise. This notification serves two purposes: (1) to notify potential offerors of the Government's intent to solicit a brand name only component under a future construction project; and (2) to identify potential sources that can provide an equivalent items/systems to meet the Government requirement. In the event no equivalent equipment exists, 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 A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted for consideration. In such instances, the brand name or equal component will be embedded in the construction project that will be issued competitively. Only that part of the project requiring brand name components will be sole sourced if no sources are able to provide an equal product that can seamlessly integrate with and does not affect or impact the proper functioning/operation or warranty of the original systems/items. The construction project itself may or will be competitively solicited. SUMMARY OF REQUIREMENTS: The construction project will require brand name equipment for the items/systems as follows: 1. SCADA - Open System International - the project will require modification and expansion of the existing campus, OSI SCADA system. All new equipment procured under this contract will be connected to the existing OSI system. Seamless integration of system components with and the operability of the campus-wide system is a required. 2. RELAYS & DEVICES - Schweitzer Engineering Laboratories(SEL) - the project requires compatibility with the existing campus SCADA system and eliminate potential duplication of systems. The Schweitzer relays and devices are to be installed as part of this project as to provide seamless integration with the existing system is required. 3. EMCS - Automated Logic Corporation - the existing campus buildings are currently controlled with ALC's WebCtrl EMCS system and direct digital controllers. The design for this project will require the new buildings to connect to the existing ALC system. Use of ALC equipment, software, and compatible digital controllers is necessary in order to ensure compatibility with existing equipment for central control capability and future O&M activities and to eliminate potential duplication of systems. Seamless integration and compatibility with the rest of the existing system is required. 4. DOOR HARDWARE - 2C Series by Securitech - the project includes the requirement to install door hardware for many different secure areas. The system must also be compatible with 12V access control, have a deadbolt that will lock out the access control, and has the capability of accepting Abloy, Primus, and Medeco cylinders with separate cylinders to operate the deadbolt and access control bypass. 5. FIRE ALARM SYSTEM - Siemens - to ensure compatibility with existing equipment and eliminate potential duplication of systems on the campus, a Siemens Fire Alarm System is to be installed as part of this project. Siemens is the only system integrator of the Siemens platform, and consistency in programming standards can only be done by obtaining Siemens fire alarm components. 6. LOCKING MANHOLE COVERS - Neenah Foundry - the project includes the requirement to install locking manhole covers for the new site utilities. All construction projects on campus are using the Neenah Foundry Co. manhole Model. because it provides the only available product with a two-layer locking lid system. 7. MANHOLE LOCKING BOLTS - McGard - the project includes the requirements to install locking bolts on manhole covers. All construction projects on campus are using the McGard manhole lock bolts as they are the only compatible bolts with the proprietary manhole covers. 8. FIRE ALARM MONITORING SYSTEM - Keltron Monitoring System - In order to ensure compatibility with the existing campus Fire Alarm Monitoring System and eliminate potential duplication of systems, the Keltron monitoring system is to be installed on this project. Seamless integration and compatibility with the rest of the existing system is required. 9. NETWORK SWITCHES / ROUTERS - Cisco - the project requires compatibility to the existing CiscoWorks LAN (local area network) management software. Cisco switches and routers are to be provided as part of this project to ensure integration. Seamless integration and compatibility with the rest of the existing system is required. 10. AIR ASPIRATING TYPE SMOKE DETECTION - VESDA - Campus currently utilizes the proprietary VESDA system for their early smoke detection. The use of VESDA equipment allows for multiple networks to be connected to a common system for monitoring, command, and control. The VESDAnet software is not compatible with any other manufacturer. Seamless integration and compatibility with the rest of the existing system is required. 11. ELECTRIC/COMMUNICATIONS FLOOR BOX SYSTEM - Communications Integrator Incorporated (CII) - The Government requires a pre-manufactured electrical device that has plug-and-play capability, is plenum-rated, meets specific electrical distribution requirements as specified in the end-user's facility criteria, and is UL listed. The Government also requires a pre-manufactured IT communications box that meets the specific IT requirements involved with distributing multiple types of IT networks throughout office spaces. Communications Integrator Incorporated (CII) makes the only approved product (e.g. SecureLink box) that meets the end-user's IT requirements. 12. DOOR HARDWARE - Schlage Primus Keyway System - this project includes the requirement to install door hardware for secure spaces and secure computer center areas. Many of campus existing doors are also fire barriers; service of these locks must be compliant with Fire Codes, and security standards. Different brands of locks utilize a variety of hole patterns during the installation process. In the event of a lock failure, the lock has to be replaced with the same kind/brand, to remain complaint with Fire Code. 13. DOOR HARDWARE - Medeco M3 ARX Cylinder - the door hardware will be required to secure the computer center areas, entry areas, administrative areas, mechanical and electrical areas, loading and shipping area, equipment storage area, as well as other secure area. Medeco M3 ARX Cylinder provides the only 3 locking mechanism and randomized pinning process. Seamless integration and compatibility with the rest of the existing system is required. 14. DOOR HARDWARE - Abloy Protec II System - the Abloy Protec II System provides the only other compatible system with the Schlage Primus Keyway System. Seamless integration and compatibility with the rest of the existing system is required. 15. RAISED ACCESS FLOOR - Tate ConCor - requirement for system to comprise of a fully enclosed metal surface floor panel that is able to absorb that shock and protect the panel from cracking. The floor panel and carpet system MUST be stand alone and not rely on any other component to maintain alignment. The floor panel and carpet system shall not be more than two components (panel and carpet) to maintain the one to one alignment requirement. Carpet system is to utilize a button tab type to maintain its alignment. Tate snap lock is also selected for its ability to withstand heavy load when rolled across the floor panels. 16. CHEMICAL TREATMENT OF WATER FOR MECHANICAL SYSTEMS - ChemTreat - It is essential to acquire ChemTreat equipment for project in order to maintain consistency on campus and to minimize variability within the water treatment chemicals as well as to limit the number of O&M contractors requiring access to the water treatment facility, the end-user will only accept the ChemTreat equipment throughout the campus. The use of ChemTreat mitigates unknown risks and ensures adequate security controls for the chemical water treatment system. Any vendor wishing to provide components/systems that are compatible with the current standards or existing systems must provide a copy of its brochure and any other data NO LATER THAN 17 MAY 2019, 2 PM (local), to Leila S. Miller, U.S. Army Corps of Engineers, Baltimore District-RSFO, via email at leila.s.miller@usace.army.mil. This is a market survey and notification of intent only. This is not a request to respond to a solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »