The RFP Database
New business relationships start here

Sources Sought Notice for Sole Source Market Research for the Bradley Barracks Renovation/Modernization, United States Military Academy, West Point, New York.


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 The New York District plans to solicit and award an Invitation for bid construction project for Bradley Barracks Renovation/Modernization in FY19

 

This notification serves three (3) purposes:

 

 

A. To notify potential bidders of the Government’s intent to solicit a brand name(s) only component for this project.

 

B. To identify potential sources that can provide an equivalent to the brand name only item(s).

 

C. Notification of the Army’s intent to solicit brand name components as described below.

 

1. The items described below, under summary of requirements, are embedded in the construction project.

 

The contract will be issued as a competitive Invitation for Bid solicitation. Only the components described below will be sole source, if no other sources are identified that can provide an equivalent system. In the event no equivalent sources are found, 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 A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing. Supplies of the brand name component will be provided directly to the Contractor(s) and not to the Government.

 

2. Summary of Requirements:

 

A. Complete Monaco Fire Alarm System

Due to post wide compatibility issues and based on the capabilities described below of a Monaco Fire Alarm system, all new construction and renovation projects at the USMA, West Point are now featuring the latest version of the Monaco Fire Alarm Control Panel. The MAAP Plus Analog Addressable Integrated Radio Transceiver and Fire Alarm Control Panel is capable of point reporting up to 1584 addressable device points via proprietary UHF radio signal to the Monaco D-21 Enhanced Central Radio Control Alarm receiving system at West Point Fire Department Dispatch. New Fire Alarm installations include Mass Notification Systems (MNS) in accordance with DoD Unified Facilities Criteria (UFC) 4-021-01. The existing RF infrastructure provided by Monaco supports the UFC requirements for primary MNS communications. The Monaco Fire Alarm and integrated MNS system has the capability to remotely activate the in-building MNS messaging system and provide live-voice announcements directly from the D-21 Central Station at West Point Fire Dispatch.

 

Each Fire Alarm System (FAS) and Mass Notification System (MNS) shall be a complete, supervised, non-coded, analog-addressable system, installed in class A configuration per NFPA 72. The FAS/MNS shall provide point reporting to the Fire Alarm Control Panel (FACP). The FACP shall in turn provide point reporting to the Monaco D- 21 Central Receiving Station at USMA West Point Fire Department Dispatch. Point reporting, also known as point to point reporting, is the capability to relay the status of each addressable device and certain system components such as Signaling Line Circuits (SLC) to the D-21 Central Receiving Station in real time. The FAS/MNS shall be tested and perform as a critical life-safety system. The FAS/MNS shall be compatible with and shall communicate seamlessly with the D-21 Central Receiving Station, without impairing operational function or reliability of any existing FAS or MNS. Use of interfacing relays between the FACP and communications transceiver to provide point or zonal alarm trouble status shall not be permitted.

 

All devices must comply with the Aug 1997 Federal Wireless communication commissions office of engineering and technology Bulletin 65, Evaluating Compliance with the FCC Guideline’s for Human Exposure to RF

Electromagnetic Fields.

 

B. Best Hardware Lock Cylinders & Cores (Non-Electronic)

Due to compatibility and consistency issues with keying at the USMA, Best lock is the USMA standard for lock hardware. This applies to locks that are not electronic and have status monitor capabilities compatible with the electronic security access system. Hardware locksets shall accommodate Best lock cylinders and cores. The Contractor shall provide cores to secure building during construction and shall turn over hardware cores to the government upon completion of construction. Government will replace Contractor cores with Best lock cylinders and cores after each area of the projects are completed is turned over to Government.

 

C. Unicor System 2/90 Interior Signage

 

The Unicor System 2/90 complies with the USMA standard signage guide. The standardization of a signage system at USMA allows for clarity of signage throughout the campus as well as a consistent signage appearance within the buildings on post. This standard should allow for more effective visual communications for the end users and improved circulation, as well as improved maintenance and management of the signage system.

 

Additionally, USMA has access to this manufacturer through maintenance plans and is able to order replacement signs as needed.

 

D. Hirsch and Altronix Card Access System by William Electric Company

 

William Electric Company is the only registered and certified contractor to perform all the card access work at the USMA, West Point. William Electric Company uses the Hirsch and Altronix Card Access Systems that are also certified DoD security system and used by West Point.

 

E. Ironsmith Salem Bollards

 

Bollards currently in use on the site are the Salem Model Bollard manufactured by Ironsmith. To maintain a consistent and uniform appearance on this historic site using the same type and style of bollard is essential.



F. Onicon System–10 BTU Meter

 

The Onicon BTU Meter has been the standard instrument for flow, energy and temperature measurements for all USMA Barracks. To maintain operation and maintenance consistency, USMA has requested Onicon System—10 BTU Meter.

 

3. Any vendor that wishes to provide an alternate source to the brand names above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineering, Contracting Division.

 

4. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This requirement will be solicited at a future date.

 

 

 


 


Orlando Nieves, Contract Specialist , Phone 9177908078, Email orlando.nieves@usace.army.mil - , Email NYDcontracting@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP