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: NBD00159728687676383
Posted Date: Apr 19, 2023
Due Date: May 4, 2023
Solicitation No: W9128F23SM014
Source: https://sam.gov/opp/05d6b4d411...
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
W9128F23SM014
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2023 01:26 pm CDT
  • Original Response Date: May 04, 2023 02:00 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

THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.



DESCRIPTION:



The U.S. Army Corps of Engineers, Omaha District, Contracting Office, plans to solicit separate offers for Design-Bid-Build (DBB) (construction only) stand-alone firm-fixed-price contracts to construct one (1) B-21 Weapons Loader Training (WLT) facility and one (1) B-21 Weapons Release Systems Shop (WRSS) facility at Ellsworth AFB, South Dakota. The U.S. Army Corps of Engineers (USACE), in accordance with FAR 6.302, intends to specify the following listed item as part of the construction contract. Each project includes a sole-source procurement of brand name fire alarm panels, and the anticipated brand name is Monaco. A sources sought was issued under Notice ID W9128F23SM014 by USACE to complement market research previously completed in 2019 in which the United States Air Force (USAF) completed market research and a Class Justification and Approval (J&A) covering all USAF Fire Alarm Panel purchases including the use of Monaco fire alarm panels at Ellsworth AFB, SD. The intent of the approved Class J&A is to implement an installation standardization of Fire Alarm Panel manufacturers in order to reduce overall costs and increase overall performance efficiencies.



This is not a formal solicitation or request for quote. This synopsis of intent is to give notice of the Government’s intent to use brand name requirements (Monaco) for Fire Alarm Panels for the B-21 WRSS and B-21 WLT projects at Ellsworth AFB and receive an update for market research purposes. Contractors who can provide USACE with the required services (compatible for Monaco equipment only) are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement.





Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disable veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are a U.S. or foreign-owned entity. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency.





Responses will be shared with the Government and project management team, but otherwise be held in strict confidence.





Responses should be furnished electronically to the contacts listed below no later than 12:00 PM CDT, 4 May 2023


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 >