NETCOM BLDG 2310 EQUIPMENT BRAND NAME MARKET 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 A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted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 project is a DB construction to repair NETCOM Bldg 2310. Work include, but not limited to replacement of standby generators and chillers, repair of mechanical, electrical, plumbing, and fire alarm and suppression systems, ceilings, lighting fixtures, flooring, interior partition and interior and exterior finishes. The construction project will require brand name equipment for the items/systems as follows: 1. Energy Management and Control System (EMCS) - TRANE TRACER - The project shall include EMCS (Trane Tracer model. The existing Trane Tracer EMCS in the facility will be expanded to monitor and control the mechanical equipment and other building systems provided under this project. All EMCS hardware and software shall be manufactured by Trane and be fully integrated into the existing Trane Tracer EMCS. Seamless integration and compatibility with the rest of the existing system is required. 2. Fire Alarm Monitoring System- (King-Fisher) - The facility is currently protected by a non-addressable fire alarm system that utilizes horns and strobes for notification. The building has smoke detectors located throughout the areas protected by the preaction sprinkler systems. The fire alarm panel is a King Fisher panel and includes a built-in radio transmitter for fire alarm signals. Seamless integration and compatibility with the rest of the existing system is required. 3. 208 V Static Transfer Switch - Cyberex (ABB) - The project to provide Cyberex Super Switch 4 static transfer switches (STS) to automatically transfer from a preferred source to an alternate source upon loss of the preferred source. The STS shall allow the preferred source to be selected at the operator's discretion to standardize the product with existent. After a transfer event the STS shall be capable of automatically re-transferring the load back to the preferred source. This operation shall be user-selectable by selecting "Auto-retransfer On", or "Autoretransfer Off". Seamless integration and compatibility with the rest of the existing system is required. 4. 225 V KVA PDU - Cyberex (ABB) - The project required to provide Cyberex model Mark II PDUs with RS485 communications card with main and branch circuit monitoring or government approved equal. Power distribution units shall be freestanding, prepackaged units for transforming and distributing electrical power with transformer, power-line-conditioning, and distribution components packaged in a single cabinet or modular assembly of cabinets. Seamless integration and compatibility with the rest of the existing system is required. 5. American Water - The project require to utilize American Water for any relocation water service line and the fire hydrant. American water is the owner and service provider for installation water distribution system. 6. Dominion Energy - The project require Dominion Energy for relocating the electric feeder for the facility. The facility is not part of the privatized electrical portion of the Garrison but still under the regulated externally facing utility side of Dominion Energy. 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 18 JUN 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 »