North Dakota Bids > Bid Detail

Aircraft Maintenance Facility Bldg. 649 - Sources Sought - Fire Panel

Agency:
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159099126339930
Posted Date: Nov 29, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/babd70c811...
Follow
Aircraft Maintenance Facility Bldg. 649 - Sources Sought - Fire Panel
Active
Contract Opportunity
Notice ID
Related Notice
W9128F24R0013
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 29, 2023 02:57 pm CST
  • Original Response Date: Dec 13, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Grand Forks AFB , ND 58204
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR MONACO BRAND FIRE ALARM CONTROL PANELS – BUILDING 649 RENOVATIONS GRAND FORKS AFB, ND





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 and mass notification system systems including but not limited to alarms, notification, annunciation devices, control panels and devices, and central receiving systems. Fire Alarm Systems are required for Phase 2 design-build (construction) contracts at Grand Forks Air Force Base, ND. The project renovation/construction of Aircraft Operations Facility (AOF) and the Aircraft Maintenance Facility (AMF) to accommodate the Disaster Resiliency Facility.





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, 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-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is expected to range between $25,000,000 and $100,000,000.





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





Given the high percentage of Monaco fire alarm systems currently on the Installation, technicians have significantly more experience and familiarization working with their equipment than other manufacturers. Due to proprietary rights technicians cannot work on other equipment causing the Civil Engineering (CE) Squadron to hire outside agencies to repair inoperable systems at an additional cost to the organization.





Grand Forks Air Force Base (AFB) has all the equipment and software to repair Monaco fire alarm systems with 24/7-hour customer service support. The base centralized D-21 system at the fire dispatch is Monaco. Grand Forks AFB is going to a full point to point reporting system which will pinpoint the specific location if a fire occurs in a building. This will let firefighters know what approach to take for execution saving time and money.





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





Renovate existing hangar (Building 649) for use as an interim Aircraft Operations Facility AOF) and long-term Aircraft Maintenance Facility (AMF), Ground Data Terminal (GDT) pads, and rehabilitate existing airfield pavements utilizing conventional design and construction methods to accommodate the Disaster Resiliency Program (DRP) mission sets. The existing hangar Building 649) is a large three bay hangar that will be used as an interim Aircraft Operations Facility AOF) and long-term as an Aircraft Maintenance Facility (AMF). It is comprised of (3) tow in/tow-out aircraft hangar bays with horizontal sliding pocket doors and is constructed with reinforced concrete foundation/floor slab, structural steel frame, metal panel with CMU exterior and standing seam metal roof system. The AMF will include anti-skid hangar floor coating, installation of an ignitable liquid drainage flooring assembly (ILDFA), aircraft static grounding points, and adequate exhaust and ventilation systems for the capability of aircraft operations inside the hangar. The facilities include the installation of intrusion detection systems and cybersecurity measures for facility-related systems. Airfield pavements in support of the AOF/AMF will be designed “light-load” type and will include concrete hangar access aprons, apron access taxiways, and paved shoulders (asphalt). The GDT equipment pads will be installed and sited to support line of sight operations for certain aircraft. Supporting facilities include the DRP complex primary infrastructure buildout to include the complex-wide site preparations, primary utility mains, water storage, stormwater system, concrete pads with shore power capability for squadron operational equipment placement, and antenna support structures for ground data terminal equipment, and an electrical and communications primary and redundant system network. The project includes all individual building utility service connections, site preparation, apron and taxiway edge lighting, communications, privatized utility connection fees, fire detection and suppression systems, and pavements. The facilities will meet DoD requirements and security protocols for controlled spaces with security sensors and alarms. The DRP complex will include an integrated physical security system consisting of security fences, gates, and electronic security systems to include Intrusion Detection Systems (IDS), Access Control Systems (ACS), Closed Circuit Television (CCTV), and security lighting. The project is authorized emergency generators with fuel tanks with automatic transfer switches for each mission-essential facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-211-01, Aircraft Maintenance Hangars, UFC 3-260-02, Pavement Design for Airfields, and other UFCs as appropriate. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism / force protection requirements per unified facilities criteria. Special Construction Requirements: Raised flooring as required, and controlled space specifications and construction in accordance with ICD/ICS 705 is necessary for mission-essential primary facilities.





REQUIRED CAPABILITIES





The Government requires fire and mass notification systems. The intent of this Sources Sought is to assess the state-of-the art of the technology available in the fire and mass notification systems that could be applied to meet this requirement. As stated above, the Air Force currently has a class J&A approved for Monaco brand alarms. The Army is interested in additional market research, to supplement the Air Force market research, and identified any potential alternate brands of alarm that may be suitable for the Air Force’s needs. The project above may require a new main fire alarm control panel, transceiver, associated appliances and accommodations to integrate the new requirements into the existing building and base-wide fire alarm system.





Non-Developmental Item. The fire and mass notification systems should be a non- developmental item to the maximum extent possible.





Qualification. The fire and mass notification systems must be qualified and demonstrate compliance to the Air Force compliance requirements. This includes but is not limited to compliance with fire alarms, mass notification, annunciation devices, control panels and devices (addressable and conventional), and central receiving systems. 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 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 Z2AZ.





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.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialists, Michele Renkema, in either Microsoft Word or Portable Document Format (PDF), via email michele.a.renkema@usace.army.mil ,no later than 2:00 p.m. CST on 13 December 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

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 >