Modernize and Upgrade New Pumphouse and Substation

expired opportunity(Expired)
From: Federal Government(Federal)
W912PL24B0005

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (29 days ago)

Due Date

28 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
W912PL24B0005

Identifier

W912PL24B0005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE ARMY (133113)USACE (38130)SPD (2652)W075 ENDIST LOS ANGELES (463)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The project will construct a new combined pumphouse and substation, followed by demolition of the building 125 pumphouse and substation 12A. The existing pumphouse will be operational in its current location during construction. Temporary power will be provided to Fisher House during construction. The construction will be performed in phases to allow continuous operation of the existing pumphouse. The intent of this announcement is to specify brand-name equipment to be included in the design. The notice of intent will cover only the portion of the acquisition that is the brand name or peculiar to one manufacturer. Use of such descriptions in the design is essential to the Government’s requirements to ensure system compatibility, warranty, and/or training, thereby precluding consideration of a product manufactured by another company. A brief description of each system is listed below.Energy Management Control System. – The government requires use of Johnson Controls Inc, Metasys
Building Automation and Control Systems (Metasys System). This system is the overall system used to control the Heating and Ventilation and Air Conditioning (HVAC) systems in the main hospital building (Building 126) and all surrounding buildings Door Hardware System. – The government requires the use of Schlage Primus Large Format IC (Interchangeable core locks) for security and inventory purposes. The door hardware system needs to remain uniform and in compliance with the existing key systemSecurity Access System. – The government requires use of Identiv Hirsch Security Access Control Equipment and Identiv Velocity Video Management System security related monitoring systems as they are already deployed throughout the VALBHS campus.Life Safety System. The government requires use of Edwards EST3, Addressable Fire Alarm System. This system is the Medical Center’s standard for fire alarm systems security related monitoring systems in the main hospital building (Building 126) and all surrounding buildings.Life Safety System. The government requires use of Novec 1230 Extinguishing System. This system is the Medical Center’s standard for fire extinguishing systems and already deployed throughout the VALBHS campusThe following are the essential items requiring the brand name requirements:a) System CompatibilityA non-integrated system comprised of incompatible parts will result in unacceptable delays in fulfilling the VALBHS campus requirements. To maintain proper operations and warranties, the parts used in servicing the equipment should only use approved parts from the manufacturer. A fully integrated system designed to operate and work together optimizes performance. Components from different manufacturers are not always compatible with each other which can lead to challenges during installation and integration. Incompatibilities may result in improper connections, communication failures, or unreliable performance.b) WarrantyIt is typical for the work performed on the noted equipment to require a manufacturer certified technician to provide and maintain current warranties. The installation of non-manufacturer parts and the consequent need for certified technicians from multiple manufacturers will result in unacceptable delays and the duplication of maintenance contract costs in fulfilling VALBHS campus requirements.c) Training. The use of non-manufacturer parts which are not consistent with the current systems would result in substantial duplication of training costs due to the requirement for equipment manufacturer specific training that addresses the proprietary features and needs of operating and maintaining the systems. An integrated system and standardization of equipment will prevent this additional financial burden.The information identified above is intended to be descriptive of why it is imperative the Brand Name Only equipment and controls are to be used.Responses to this announcement should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 236220.Please answer the following questions:Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government’s concerns regarding system compatibility.Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government’s concerns regarding warranties.Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government’s concerns regarding duplication of training costs.Provide rationale as to how a on non-integrated equipment system will result in a more reliable system (than an integrated system using only aforementioned equipment) to ensure that compatibility and standardization efforts are not impacted.This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Special Notice. Information will only be accepted in writing by e-mail to Contract Specialist Ashley Powell at ashley.s.powell@usace.army.mil and James Costantino at james.m.costantino@usace.army.mil.

Long Beach ,
 CA  90822  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Long Beach

Office Address : KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109 LOS ANGELES , CA 90017-3409 USA

Country : United StatesState : CaliforniaCity : Los Angeles

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1NZCONSTRUCTION OF OTHER UTILITIES