SPECIAL NOTICE
Y -- Notice of Brand Name Class Justifications for a Fire Alarm Panels and Generators
- Notice Date
- 1/4/2024 12:42:43 PM
- Notice Type
- Special Notice
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USACE
- ZIP Code
- 00000
- Solicitation Number
- W9123824S2000
- Response Due
- 1/19/2024 2:00:00 PM
- Archive Date
- 02/03/2024
- Description
- This is a Sources Sought Notice, seeking responses to determine interested parties for participation in the inclusion of a brand-name Class Justification & Approval (J&A) for fire alarm panels and a brand-name Class Justification & Approval (J&A) for generators. The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), Sacramento, CA 95814 is posting this class brand name notification for Fire Alarm Panels and Generators for the construction of multiple contracts (new) located at Hill AFB, Utah. �The anticipated solicitation time frames will begin April 2024 The NAICS code for these contract actions is 236210 - Industrial Building Construction. The Produce Service Code for this action is Y1EB, Construction of Maintenance Buildings. The equipment for the requirement is listed below � DESCRIPTION��������������������� BRAND NAME or EQUAL Fire Alarm Panel ������������������� Honeywell and Siemens Generator������������������������������� Onan FIRE ALARM PANEL The Air Force Installation Contracting Center (AFICC) has a Brand Name Class J&A in place for the procurement of facility fire alarm panels through 30 Sep 2026. This Class J&A will support multiple contracts (new) throughout CONUS and OCONUS locations. For Hill Air Force Base the brand names are Honeywell and Siemens. IAW FAR 5.201 a Notice of Proposed Contract Action/Special Notice, 772_Fire_Alarm_Panel_Brand_Name was posted on SAM.gov (Government Point of Entry ""GPE"") on 01 June 2021; the posting remained open for 15 days. During execution of the Air Force Class J&A zero sources expressed interest in this effort. The underlying analysis of the need for standardization accounted for as many different manufacturer's brands as would be practical to achieve the maximum amount of requirement reduction and efficiencies. An �or equal� manufacturer to those specified by location is an oxymoron in that other brands may be able to generate fire alarm codes and alerts equally. However, those �or equals� could not produce the requirement reductions and efficiencies because they could not provide the standardized training on proprietary information and designs, and could change the fact that multiple manufacturers would still be procured using the status quo procedures. The efficiencies of maintaining a limited number of fire alarm panel brands over time could not be achieved.� It is for this reasoning that an alternate to the brand names of Honeywell and Siemens is not likely to be allowed and not in the best interest of the Government. While there will not be competition among manufacturers of the assigned name brand fire alarm panel, there can still be competition between distributors. These costs will be competed, most likely among small business installers, within the pricing for the construction contract. In accordance with DFARS PGI 206.302-1, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303. The procurement of multiple contracts (new) located at Hill AFB, Utah will include a Brand Name Justification using the AF Brand Name Class J&A as its foundation. GENERATORS The United States Air Force (USAF) has a Brand Name Class J&A in place to procure Generator equipment through 30 Sep 2026. This Class J&A will support multiple contracts (new) throughout USAF both CONUS and OCONUS locations. For Hill Air Force Base this brand name is Onan. IAW FAR 5.201 a Notice of Proposed Contract Action/Special Notice, 772_Facility_Generator_Manufacturers_Brand_Name was posted on SAM.gov (Government Point of Entry ""GPE"") 01 June 2021; the posting remained open for 15 days. During execution of the Air Force Class J&A, sources that expressed interest in this effort were as follows: Inglett & Stubbs International, LLC and Native Instinct, LLC. The underlying analysis of the need for standardization accounted for as many different manufacturer's brands as would be practical to achieve the maximum amount of cost reductions and efficiencies.� An �or equal� manufacturer to those specified by location is an oxymoron in that other brands may be able to generate power equally. However, those �or equals� could not produce the requirement reductions and efficiencies because they could not provide the standardized training on proprietary information and designs, and could change the fact that multiple manufacturers would still be procured using the status quo procedures. The efficiencies of maintaining a limited number of generator brands over time could not be achieved. It is for this reasoning that an alternate to the brand name of Onan is not likely to be allowed and not in the best interest of the Government. While there will not be competition among manufacturers of the assigned name brand generators, there can still be competition between distributors. These costs will be competed, most likely among small business installers, within the pricing for the construction contract. In accordance with DFARS PGI 206.302-1, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303. The procurement of multiple contracts (new) located at Hill AFB, Utah will include a Brand Name Class Justification using the AF Brand Name Class J&A as its foundation. Respondents to this Sources Sought Notice are to provide a capabilities statement which addresses at minimum: -Contractor name -Contractor address -Contractor point of contact, phone, and email address -Contractor Business Size (i.e., other than small business or small business) -Contractor Unique Entity Identifier (UEI) number -Capabilities statement -Estimated delivery timeframe -Authorized distributor letter (if applicable) -Small Business Classification (if applicable) -Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) ��SBA Veteran Small Business Certification (VetCert) (if applicable) -FSS/GSA Contract number (if applicable) Please limit responses to a maximum of three (3) pages. Interested parties may express their interest by providing a complete response no later than Friday, January 19, 2024, at 2 pm PST. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete these proposed systems/materials based upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Notice of Brand Name Justifications for W9123824S2000. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Aurielle Ruiz by email at aurielle.ruiz@usace.army.mil. �Please note, during this time the government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements. DISCLAIMER: This Request for Information/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Request for Information/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Request for Information/Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8b888b2a6ba49c89649f2a827fcec17/view)
- Place of Performance
- Address: Hill AFB, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN06926571-F 20240106/240104230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |