Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2024 SAM #8125
SOURCES SOUGHT

J -- Determine the availability of UL Listed or FM Approved fire alarm control panel (FACP) that can be programmed by factory trained MIRCOM technicians using MIRCOM factory software, Surface Combat Systems Center Wallops Island, VA

Notice Date
2/23/2024 9:51:28 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524ML022
 
Response Due
2/28/2024 11:00:00 AM
 
Archive Date
03/14/2024
 
Point of Contact
Katherine Dinneen, Phone: 7574625347
 
E-Mail Address
katherine.dinneen@navy.mil
(katherine.dinneen@navy.mil)
 
Description
Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT), is issuing this Sources Sought Notice for market research purposes only. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. The purpose of this notice is to determine the availability of a UL Listed or FM Approved fire alarm control panel (FACP) that can be programmed by factory trained MIRCOM technicians using MIRCOM factory software. BACKGROUND: NAVFAC MIDLANT is working on a Justification and Approval (J&A) for various projects at Surface Combat Systems Center Wallops Island, Virginia. This J&A would authorize the inclusion of brand-name specifications, under the authority of 10, U.S.C. 3204(a)(1) for fire alarm control panels by MIRCOM. It is anticipated the proposed J&A will cover various construction projects from Fiscal Year (FY) 2024 to 2026. The initial project is to provide voice evacuation fire alarm/mass notification systems capable of notifying facility occupants in three (3) buildings on Wallops Island. Technical specifications pertaining to the equipment/systems can be found at: https://mircom.com/fire-alarm-and-detection-systems/ on the bottom of the page is a Fire Detection & Alarm Product Category photo listing. Select for system for details. Based on internal Government research, the following was found to be sufficient preliminary rationale to permit other than full and open competition under the authority of 10, U.S.C. 3204(a)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency. Each manufacturer of FACPs has proprietary programming, training, certification requirements, and access rights. FACPs at Surface Combat Systems Center (SCSC) Wallops Island are predominantly MIRCOM. The facility operation shop for fire alarm repair and testing is MIRCOM certified and has the ability to program and repair MIRCOM panels to respond to trouble calls 24/7. They have proprietary training/knowledge, dedicated laptop computers, and spare parts inventory. Other non-MIRCOM panels on base require scheduling a service call with the local distributer that causes unacceptable delays due to outside badging and company scheduling. Wallops Island is in a remote location and the closest fire alarm service companies are 2-3 hours away. The lack of willingness for most service companies to travel such distances to service one unit creates an untenable condition that results in unreliable critical Life Safety Systems. Fire alarm control panels (FACPs) are one of the facility related control systems recognized by NAVFAC INSTRUCTION 11000.2 for which standardization or interoperability at a specific Installation has been determined to be in the best interest of the government. Standardization or interoperability avoids the significant operational burden and cost of having maintenance and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of FACPs from different manufacturers. INSTRUCTIONS TO INTERESTED PARTIES: Any vendor that wishes to provide an alternate source to the brand name above that is compatible with the above must provide a response with data supporting the claim to include Identification of the manufacturer�s name, address, and country of product manufacture; fully detailed specification sheets; narrative addressing how your product meets the equipment above. Responses shall be submitted electronically to Kate Dinneen, Contracting Officer, at katherine.l.dinneen.civ@us.navy.mil no later than 2:00pm EST on February 28, 2024. Hardcopy or facsimile submissions shall not be accepted or considered by the Government. Responses received after the deadline or without the required information shall not be considered by the Government. Please note that this is not a Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results to be issued to interested parties that choose to respond. Information obtained from this Sources Sought Notice is for market research purposes to determine whether another companies� similar products can meet, or be modified to meet, the Governments needs which will facilitate the decision-making process. All information received in response to this Sources Sought Notice marked or designated as proprietary information will not be released outside the Government. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c01adb78c9b94a8681c884bbcaa41a72/view)
 
Place of Performance
Address: Wallops Island, VA 23337, USA
Zip Code: 23337
Country: USA
 
Record
SN06975800-F 20240225/240223230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.