SOURCES SOUGHT
Y -- Sources are sought that can provide or equal products for brand name components (Monaco or Advantor) to be used in the construction of the Unit Operations Facility, Explosive Ordnance Battalion at Fort Drum, New York.
- Notice Date
- 6/19/2007
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-07-S-0014
- Response Due
- 6/28/2007
- Archive Date
- 8/27/2007
- Small Business Set-Aside
- Total HUB-Zone
- Description
- Market Survey: Sources are sought that can provide or equal products for brand name components as described below. The New York District intends to solicit and award the following construction projects for Fort Drum, New York, entitled Unit Opera tions Facility, 1st Brigade Combat Team (BCT) Transformation Phase II, 2nd BCT Transformation Phase II, 3d BCT Transformation Phase II, Engineer Battalion Unit Operations Facility, Military Police Battalion Unit Operations Facilities, and Military Police B arracks. The project itself will be solicited competitively under a future solicitation. However, the project may potentially include a brand name component. This notification serves three purposes: 1) To notify potential offerors of the Governments intent to sol icit a brand name only component under a future construction project; (2) To identify potential sources that can provide the brand name only item and; and (3) Notification of the Governments intent to contract sole source for a Brand Name Only, for Monaco system and Advantor Systems Corporation, as described below. The Monaco system and Advantor system are embedded in the Construction projects, which projects will be issued competitively. Only that part of the project requiring the Monaco system or Advantor system will be sole source if no sources are able to provid e a compatible system. In the event no compatible equipment exists, the Brand Name Only justification will be issued pursuant to FAR 6.3, Only One Responsible Source. The synopsis is for planning purposes and is not a solicitation. This synopsis is the only document that will be published notifying potential offerors of the government's intent. A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or systems(s) in th e event an or equal product is not submitted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 comp onents will be sole source if no sources are able to prove an or equal product. Supplies will be providing the brand name component to the contractor under the future solicitation for the construction of the project, not directly to the Government. SUMMARY OF REQUIREMENT (Monaco Enterprises): the project includes Brand Name only equipment for building fire alarm radio transceivers manufactured by Monaco Enterprises. These projects with their many state-of-the-art building components require reliable receiving and reporting building fire alarm systems. Fort Drum currently uses the Monaco D-21 Enhanced Central Radio Alarm System. Only one model has been determined to be acceptable, and the appropriate model will be selected per building requirements. The BTX-F Fire Alarm Building Transceiver is functionally designed for specific Government fire department operations. Monaco Enterprise Inc. provides 24/7 technical support and in-service training of Installation personnel for operation and maintenance inclusive. It is paramount that this system be carefully coordinated to maintain overall system integrity and capabilities. The required features of the BTX-F Fire Alarm Building Transceiver are as follows: Hardwire line or narrowband radio communication w ith any of the D-21 Fire Management System, Narrowband radio is FCC certified for narrowband operation and meets the requirements of the NTIA (National Telecommunications and Information Administration) Manual of Regulations and Procedures for Federal Freq uency Management, Radio communication with the D-21, Provides audio and fire alarm overrides for mass notification per UFC and NFPA, Provides eight relay driver outputs and four supervised zone inputs and Eight onboard open-collector relay driver outputs . Provides four supervised fire zone inputs for connection to fire detection and monitoring devices located within 15 feet of the BTX-F; these are supervised for open (trouble), short (alarm), single-ground fault, and double-ground fault conditions, Four zone LEDs (one for each zone) reflect the condition of the zones: trouble, ala rm, or normal, Status LEDs reflect the status of the BTX-F: general alarm, general trouble, system fault, in-communication, carrier detect, transmit, primary power, battery boost charge, and battery float charge, Supports up to seven (7) zone expansion bac kplanes into which fire expansion cards can be plugged. Each zone expansion card provides four zone inputs. Each expansion card has five LEDs: the PWR LED indicates power is being supplied to the card; the remaining four LEDs indicate the status of the fo ur zone inputs. Each BTX-F can support up to 60 zones and eight (8) relay outputs with 14 zone cards installed. One selectable RS-422/RS-485 port for communication with peripheral equipment or connection to a local access controller. One (1) full-duplex RS-232 ports used to program the BTX-F via connection to a laptop computer. 115 or 230 Vac power monitored with automatic switchover to backup battery power that provides standby power; the number of hours depends on the battery. Self test, stuck transmit ter disconnect, reset, acknowledge, and battery reconnect switches with the following features: Local audible alert, Real-time clock and calendar, Fits in single or doublewide enclosures; the enclosure size depends upon how many expansion cards are needed . Factory Mutual approved. SUMMARY OF REQUIREMENT (Advantor): the project includes Brand Name only equipment for intrusion detection systems (IDS) by Advantor Systems Corporation. It has been determined that the Advantor system is the best and the most economical alternative to b e compatible with the existing system. Fort Drum currently uses the OzVision Remote Video Solutions for seamless integration into the post central security monitoring station. Advantors intrusion detection system provides seamless integration into the po st central security monitoring station. Advantage Suite for Networks (ASN) has been tested and certified by the USAF as an approved Command, Control, and Display system for both Intrusion Detection Systems (IDS) and Entry Control Systems (ECS). This approv al spans the protection of PL 1-4 resources, some of the nation's most critical assets. Advantor's mission-proven performance in electronic monitoring, integrates monitoring applications and security functions, and promotes efficiency and limitless expand ability. ASN includes monitoring and programming software for Advantage Access, Advantage Plus intrusion detection systems, Oasis Graphics, and Advantage Pass & ID. Any vendor wishing to provide a system that is compatible or equal to with the existing Monaco Enterprises Inc. BTX-F Building Transceiver or Advantor System must provide a copy of its brochure and any other data by ten (10) calendar days from date of is sue, no later than 27 June 2007 to Major Charlotte H. Rhee, U.S. Army Corps of Engineers, New York District, Contracting Division, 26 Federal Plaza, Room 1843, N.Y., New York 10278-0090, (315) 772-4107, FAX No (315) 772-1566 or charlotte.h.rhee@usace.army .mil. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This project will be solicited at a future date.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, Attention: Major Charlotte H. Rhee, 26 Federal Plaza New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN01322570-W 20070621/070619223543 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |