SPECIAL NOTICE
Y -- USACE SPK Design Build (DB) Construction, NSA-U Consolidation Mission Facility, Utah - Notice of Intent
- Notice Date
- 12/15/2025 2:10:50 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123826S0001
- Response Due
- 1/6/2026 8:00:00 AM
- Archive Date
- 01/21/2026
- Point of Contact
- Natalia Gomez, Phone: 9165576868, Rachel Kinney
- E-Mail Address
-
natalia.gomez@usace.army.mil, rachel.kinney@usace.army.mil
(natalia.gomez@usace.army.mil, rachel.kinney@usace.army.mil)
- Description
- Notice of Intent to Limit Sources Under portion of an?acquisition?that uses a brand-name description Subject:?Notice of Intent to Limit Sources of Brand Name Items � Design Build (DB) NSA-U Consolidation Mission Facility, Utah 1. Purpose: The U.S. Army Corps of Engineers (USACE), Sacramento District, is issuing this notice of intent to inform industry of its intent to include specific brand-name materials and equipment in an upcoming solicitation for the Design-Build NSA-U Consolidation Mission Facility in Utah. The primary purposes of this notice are: To announce the Government's intent to specify the brand-name items listed in Section 4, pursuant to Federal Acquisition Regulation (FAR) 6.302-1(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. To solicit capability statements from responsible sources that can provide the specified brand-name items or can demonstrate that their alternative products are technically equivalent in all essential characteristics. To gather information regarding potential sources and their capabilities in order to conduct market research and determine the availability of technically acceptable alternatives. If no technically equivalent products are identified through this market research, the Government will proceed with a formal Justification and Approval (J&A) to incorporate the brand-name items into the competitive construction solicitation. Only the components justified as brand-name will be limited-source; the overall project will be competed. 2. Project Background: This project requires the design and construction of the NSA-U Consolidation Mission Facility. The scope encompasses an administrative facility, unclassified commons facility, parking structure, and vehicle control point (VCP). The objective is to construct a modern, secure, and fully integrated facility to consolidate mission-critical functions, enhance operational efficiency, and ensures seamless compatibility with existing secure infrastructure at the installation. The SCADA system will control critical infrastructure systems such as power distribution and HVAC and must integrate seamlessly with the existing OSI-based system. The Energy Management Control Systems will monitor and control building energy usage and must be compatible with the existing building automation network. The Door Hardware/Access Control and Locksets are vital for securing sensitive areas and must integrate with the installation's existing access control protocols. Reliable network infrastructure, provided by the Network Switches/Routers, is essential for all communication and data transfer within the facility. The Raised Access Floor will provide flexible cable management, ensuring reliable power and data distribution throughout the facility. The Fire Alarm System must integrate with the existing campus-wide system, and the Locking Manhole Covers/Bolts are essential for security of underground infrastructure. 3. Justification for Brand Name Requirement: To meet the technical and security requirements of this project, certain systems must be compatible and interoperable with the existing installation infrastructure. The use of the following brand-name components is considered essential to ensure operational continuity, cybersecurity, and physical security without introducing unacceptable risks or costs associated with integrating non-standard equipment. The use of the specified brand-name items reduces risk and avoids potential compatibility issues, cost overruns, and schedule delays. Supervisory Control and Data Acquisition (SCADA) by Open Systems International (OSI): The existing SCADA system is OSI-based, and switching to a different system would require extensive re-programming, data migration, and operator retraining, significantly increasing costs and the risk of vulnerabilities due to unknown compatibility issues. Electrical Relays/Devices by Schweitzer Engineering Laboratories (SEL): SEL relays are preferred due to their proven reliability, advanced protection features, and seamless integration with the existing power management system, which also relies on SEL equipment. Using different relays would require extensive re-configuration of the protection scheme and could compromise system reliability. Energy Management Control Systems (EMCS) by Automated Logic Corporation (ALC): The existing building automation network utilizes ALC, and integrating a different EMCS vendor would require extensive interface development and potentially disrupt existing energy management strategies. Door Hardware-Access Control, 2C Series by Securitech, Door 2980B Lockset: Sargent & Greenleaf Co or Lockmasters, Medeco M3 ARX Cylinders, Door Hardware Trilogy locksets, Door Hardware Schlage locksets: These specific access control components (e.g., Trilogy T2/DL2700 Series, Schlage L-Series) are selected to maintain a consistent security posture and compatibility with existing keying systems and access control protocols at the installation. This ensures seamless integration and avoids vulnerabilities associated with disparate security systems. Specific locksets must also adhere to very strict UL ratings; both Sargent & Greenleaf and Lockmasters models of the 2980B lockset have been tested and are approved to meet these specific UL rating requirements and integration protocols. Two key access control by Securitech Control C2 Series facilitates NSA access control policy that requires grade 1 mortise locks with one-handed, single-motion egress. The system must also be compatible with 12V access control, have a deadbolt that will lock out the access control, and has the capability of accepting Abloy, Primus, and Medeco cylinders with separate cylinders to operate the deadbolt and access control bypass. Currently, no other manufacturer, other than Securitech, is known to produce a product with these functions. Fire Alarm System by Edwards: The existing campus is currently outfitted with Edwards fire alarm systems and is integrated within the existing Central Fire Monitoring Station. The existing Central Fire Monitoring Station has been modified to incorporate monitoring and control using a matching protocol over redundant fiber optic media of the new electrical equipment. This modification will continue to be successful only if all new components are compatible with the existing Edwards system. Locking Manhole Covers by Neenah Foundry, Manhole Lock Bolts by McGard: These are specified for their proven durability, tamper-resistance, and secure locking mechanisms, ensuring the protection of underground utilities from unauthorized access. The Neenah Foundry Company manhole Model R-1751C locking lid is the only available product with a two-layer locking lid system. Furthermore, all construction projects at NSA facilities are using the Neenah Foundry Co. manhole Model, and consistency in this type of hardware helps maintain security protocols across the facility. Likewise, all construction projects at NSA facilities are using the McGard manhole lock bolts, manufactured by McGard, 3875 California Road, Orchard Park, NY 14127-4198. The NSA has an exclusive design for manhole lock bolts. The NSA uses these lock bolts at all of its facilities. Network Switches/Routers by Cisco: The existing network infrastructure is primarily Cisco-based. NSA�s existing cybersecurity software suite is dependent upon the use of approved Cisco hardware models and associated NSA approved network switch configurations which are transferred into the switches by NSA�s ICS IT team after physical site lockdown has occurred. Alternative network switch hardware models are not compatible with the existing NSA Cisco centralized software suite of centralized Cisco tools. Introducing equipment from a different vendor would introduce compatibility issues, significant retraining, and could create security vulnerabilities. Air Aspirating Type Smoke Detection (VESDA) by Xtralis: VESDA systems provide early and reliable smoke detection in critical areas. This is a system currently utilized across the installation. The maintenance personnel are trained specifically for the VESDA system with spare parts on-hand to maintain the system for troubleshooting. Mean-time-to-repair is significantly lowered with a single system of which continuous operability is imperative for campus safety. The VESDAnet software is not compatible with any other manufacturer. Raised Access Floor (Tate SnapLock Bolted Stringers, Concore Cementitious Filled Tiles, PosiTile by Shaw Carpet): Stringer type floor allows for long rows of tiles to be removed without fear of floor shifting which facilitates the placement of telecom cabling in the floor plenum and allows for panels to be easily removed (when not screwed to the pedestals). With the ever-changing mission requirements, the end-use is constantly reconfiguring, relocating and completely renovating spaces. It is not feasible to keep two different brand name flooring systems in attic stock in preparation for changes to be made at desirable moments. The Concore Cementitious panels are required to facilitate easy removal of panel with a suction type floor puller. Alternative panels allow for the retention of dirt, dust and debris which cause the floor tiles to not sick or stay in place and also concrete requires special tools/hooks to remove and takes longer to removing in turn increasing labor cost. The floor panel and carpet system MUST be stand alone and not rely on any other component to maintain alignment. The carpet system shall utilize the �button tab� type to maintain its alignment. The carpet must be cut to fit the panel, not free laid or glued in place. Tate snap lock is also selected for its ability to withstand heavy load when rolled across the floor panels. 4. Summary Of Requirement: The construction project will include Brand Name only equipment as follows: Supervisory Control and Data Acquisition (SCADA) by Open Systems International (OSI) Electrical Relays/Devices by Schweitzer Engineering Laboratories (SEL) Energy Management Control Systems (EMCS) by Automated Logic Corporation (ALC) Door Hardware-Access Control, 2C Series by Securitech Fire Alarm System by Edwards Locking Manhole Covers by Neenah Foundry Manhole Lock Bolts by McGard Network Switches/Routers by Cisco Air Aspirating Type Smoke Detection (VESDA) by Xtralis Door 2980B Lockset: Sargent & Greenleaf Co or Lockmasters Medeco M3 ARX Cylinders Raised Access Floor Tate SnapLock Bolted Stringers Concore Cementitious Filled Tiles PosiTile by Shaw Carpet Door Hardware Trilogy locksets Door Hardware Schlage locksets 5. Submission Requirements and Instructions Respondents to this 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: This section must clearly demonstrate the Contractor's ability to provide the listed brand name items or technically acceptable equivalents. For each brand name item listed in Section 4, the capabilities statement must address the following: (a) If offering the brand name item, provide documentation demonstrating authorization to sell the item (e.g., authorized distributor letter). (b) If offering an equivalent, provide detailed technical specifications, performance data, and any relevant certifications or testing reports that demonstrate how the proposed equivalent meets or exceeds the capabilities of the brand name item. Emphasis should be placed on demonstrating functional equivalence and compatibility with existing systems (if applicable). � 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) � Include any relevant past performance information demonstrating experience with similar projects and equipment. Please limit responses to a maximum of ten (10) pages. Not responding to this notice does not preclude a contractor from participating in any resulting competitive solicitation. Interested vendors must show clear and convincing evidence that alternatives to the specified items exist. Interested vendors wishing to be considered by the Government as described above must provide a copy of its brochure and any other capability statements/ data no later than 6 January 2026, 8:00 AM Pacific Time, to Contract Specialist, Natalia Gomez, U.S. Army Corps of Engineers, Sacramento District, Contracting Division, via email to natalia.gomez@usace.army.mil. 6. Disclaimer: This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice of intent. The Government reserves the right to utilize any information received in response to this notice for market research purposes.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ea272bd2d2ad47c282935f1aa1901c73/view)
- Record
- SN07665683-F 20251217/251215230037 (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 |