South Dakota Bids > Bid Detail

Fire Alarm Control Panels for B-21 Weapons Loader Training (WLT) & Weapons Release System Shop (WRSS) Facilities, Ellsworth Air Force Base (EAFB), South Dakota (SD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159512950417666
Posted Date: Apr 4, 2023
Due Date: Apr 18, 2023
Solicitation No: W9128F23SM014
Source: https://sam.gov/opp/0f337fc4ca...
Follow
Fire Alarm Control Panels for B-21 Weapons Loader Training (WLT) & Weapons Release System Shop (WRSS) Facilities, Ellsworth Air Force Base (EAFB), South Dakota (SD)
Active
Contract Opportunity
Notice ID
W9128F23SM014
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: Apr 04, 2023 01:05 pm CDT
  • Original Response Date: Apr 18, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Ellsworth AFB , SD
    USA
Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PRODUCTS



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 two design-bid-build (construction) contracts at Ellsworth Air Force Base, SD. The projects are B-21: Weapons Loader Trainer (WLT) and B-21 Weapons Release Systems Shop (WRSS).





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 the WLT project. The solicitation for WRSS is anticipated to be restricted for small businesses.





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.





Ellsworth 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. Ellsworth 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





The B-21 Weapons Loader Training (WLT) project is a Facilities Sustainment, Restoration, and Modernization (FSRM) construction project that serves as part of a multi-year facilities beddown in support of the B-21 program at EAFB, SD. This project will renovate roughly 60,000 interior square feet of an existing large, +/- 120,000 SF hangar facility (known as PRIDE Hangar and/or B7504). The majority of renovated space will include a large new weapons loader training (WLT) bay. The new structure encloses a mock-up of an aircraft fuselage for weapons loading training activities. Other renovated spaces include administrative, training, and utility areas. Various areas within the facility will be secure spaces. The renovation may also include water intrusion corrections on the existing hangar bay door and abatement or remediation of existing hazardous materials in and around the facility, as well as internal and site-side infrastructural accommodations.





This project will include a space or spaces constructed to secure area standard Intelligence Community Directive/Intelligence Community Standard 705 (ICD/ICS 705) See 01 14 00 WORK RESTRICTIONS for additional information



and requirements.





The Weapons Release System Shop (WRSS) project consists of renovating an approximate 50,000 Square Foot (SF) facility to support the associated B-21 functions at Ellsworth Air Force Base (EAFB), South Dakota (SD). This project will include spaces constructed to secure area standard (AFI 16-1404), See 01 14 00 WORK RESTRICTIONS for additional information and requirements. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. 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.







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. Each 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. Estimated product cost per project for the proprietary products is $25,000-$50,000 per project.





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 Y1JZ.





The applicable NAICS code for fire alarm control panels is 561621, Security System Services (Except Locksmiths) with a Small Business Size Standard of $25M. 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 and Brandon Landis, in either Microsoft Word or Portable Document Format (PDF), via email michele.a.renkema@usace.army.mil and brandon.p.landis@usace.army.mil no later than 5:00 p.m. CST on 18 April 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
  • Apr 04, 2023 01:05 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 >