Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SPECIAL NOTICE

Y -- LRSO Hardware Software Development Facility at Eglin AFB, FL - Honeywell Notifier Onyx FACP & Cummins Back Up Generator

Notice Date
3/31/2025 8:14:39 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
 
ZIP Code
36602-3630
 
Solicitation Number
W9127825R0036
 
Response Due
4/15/2025 3:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Leigh Dedrick, Stephanie M. Scalise
 
E-Mail Address
leigh.a.dedrick@usace.army.mil, Stephanie.m.scalise@usace.army.mil
(leigh.a.dedrick@usace.army.mil, Stephanie.m.scalise@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Mobile District (SAM) intends to place a brand name specification into solicitation W9127825R0036 in accordance with FAR 6.302. Interested persons may identify their capability to respond to the requirement. This notice is not a request for competitive proposals; however, all information received within fifteen days after publication of this synopsis will be considered by the Government. A determination by the Government not to include this proposed brand name specification based upon responses to this notice is solely within the discretion of the Government. The U.S. Army Corps of Engineers, Directorate of Contracting, is conducting a market survey to identify sources for Honeywell Notifier Onyx FACP. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement for the FY-25 Long Range Standoff (LSRO) Hardware/Software Development and Test Facility located at Eglin AFB, FL. The 11,000 SF facility is in support of advanced programs hardware and software development, test and evaluation. This facility will provide multiple laboratory and administrative spaces to conduct hardware and software research and development, testing, evaluation and validation of LRSO advanced subsystems. This laboratory is essential to providing hardware validation and software certification for LRSO advanced subsystems for immediate and future fielding to the warfighter. This integration and technology maturation support is critical to fielding advanced programs for national security and SAF/AQ Priority Programs. This facility will be designed to support 24-hour operations when required. The Air Force has obtained a Class J&A for all USAF FACP purchases for the period of 17 December 2021 through 30 September 2026. The purpose of the J&A was to standardize the number of manufacturers of FACP being installed at each installation due to the increased cost to the USAF to maintain multiple manufactures of FACP at every installation. As part of this standardization initiative, Eglin AFB established the Honeywell Notifier Onyx FACP as one of the authorized panels. For this project the Notifier Onyx FACP has been selected based on the size and complexity of the facility application, and is essential to meeting the Government's requirements, thereby precluding consideration of another product. This request is not a request to be placed on a solicitation mailing list. It is for information only and is not a request for proposal (RFP) or announcement of a solicitation. The purpose of this Sources Sought request is to obtain sources for the FACP to meet the above requirements. If no other sources exist that can meet these requirements, then it is the Government�s intent to specify the Honeywell Notifier Onyx for development of the FACP design for use in the FY-25 LSRO Hardware Software Development and Test Facility solicitation. Firms interested in being considered shall provide manufacturer's name, product data, and written statement of compliance with stated requirements. The written statement of compliance shall include necessary backup design information and supporting documentation. A list of projects in which the FACP has met similar requirements for similar applications shall be provided. The list shall include the exact location of project(s) and a point of contact with phone numbers. The Government will not pay for any material provided in response to this notice nor return the data provided. Responses should be emailed to the contacts identified in www.SAM.gov no later than 5:00 PM CDT, 15 April 2025. No other forms of transmission are requested or will be accepted. *****************************************BREAK*********************************************** The U.S. Army Corps of Engineers, Mobile District (SAM) intends to place a brand name specification into solicitation W9127825R0036 in accordance with FAR 6.302. Interested persons may identify their capability to respond to the requirement. This notice is not a request for competitive proposals; however, all information received within fifteen days after publication of this synopsis will be considered by the Government. A determination by the Government not to include this proposed brand name specification based upon responses to this notice is solely within the discretion of the Government. The U.S. Army Corps of Engineers, Directorate of Contracting, is conducting a market survey to identify sources for Cummins electrical power generators. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement for the FY-25 Long Range Standoff (LSRO) Hardware/Software Development and Test Facility located at Eglin AFB, FL. The 11,000 SF facility is in support of advanced programs hardware and software development, test and evaluation. This facility will provide multiple laboratory and administrative spaces to conduct hardware and software research and development, testing, evaluation and validation of LRSO advanced subsystems. This laboratory is essential to providing hardware validation and software certification for LRSO advanced subsystems for immediate and future fielding to the warfighter. This integration and technology maturation support is critical to fielding advanced programs for national security and SAF/AQ Priority Programs. This facility will be designed to support 24-hour operations when required and is considered a critical facility which requires an emergency generator as a backup power source. The Air Force has obtained a Class J&A for all USAF power generator purchase for the period of 17 December 2021 through 30 September 2026. The purpose of the J&A was to standardize the number of manufacturers of power generators being installed at each installation due to the increased cost to the USAF to maintain multiple manufactures of power generators at every installation. As part of this standardization initiative Eglin AFB established that Cummins electrical power generators to be installed for any facility requiring backup power during the period specified in the J&A; thus, the Cummins Generator is essential to meeting the Government's requirements, thereby precluding consideration of another product. This request is not a request to be placed on a solicitation mailing list. It is for information only and is not a request for proposal (RFP) or announcement of a solicitation. The purpose of this Sources Sought request is to obtain sources for the Cummins electrical power generators to meet the above requirements. If no other sources exist that can meet these requirements, then it is the Government�s intent to specify a Cummins electrical power generator for development of the emergency power design for use in the FY-25 LSRO Hardware Software Development and Test Facility solicitation. Firms interested in being considered shall provide manufacturer's name, product data, and written statement of compliance with stated requirements. The written statement of compliance shall include necessary backup design information and supporting documentation. A list of projects in which the generator has met similar requirements for similar applications shall be provided. The list shall include the exact location of project(s) and a point of contact with phone numbers. The Government will not pay for any material provided in response to this notice nor return the data provided. Responses should be emailed to the contacts identified in www.SAM.gov no later than 5:00 PM CDT, 15 April 2025. No other forms of transmission are requested or will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2829cba0640d48e2a80687f1b13eeec0/view)
 
Place of Performance
Address: Eglin AFB, FL, USA
Country: USA
 
Record
SN07391453-F 20250402/250331230043 (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.