Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOURCES SOUGHT

Y -- TEST MAINTENANCE FABRICATION FACILITY, ABERDEEN PROVING GROUND, MARYLAND

Notice Date
3/24/2025 10:49:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD25P000002613
 
Response Due
4/9/2025 8:00:00 AM
 
Archive Date
05/09/2025
 
Point of Contact
Amber ROSE, Phone: 4109623987, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
amber.l.rose@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(amber.l.rose@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR BIDS/PROPOSAL. PROJECT: Solicitation No. W912DR25RA009: Test Maintenance Fabrication Facility, Aberdeen Proving Ground, Maryland. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of Brand Name Items. The United States Army Corps of Engineers, Baltimore District intends to include the following proprietary items in a request for proposal for a construction contract acquisition under the authority of FAR 6.302-5(a)(2)(ii), Authorized or required by statute. This project may include a Brand Name only component, as described below, unless the results of this sources sought notification indicates otherwise. This notification serves three (3) purposes: (1) to notify potential Offerors of the Government's intent to solicit a brand name only component under a future construction project; (2) to identify potential sources that can provide the brand name only item and/or equivalent; (3) notification of the Army's intent to contract sole source for a Brand Name Only, if the market is unable to provide 'equivalent' products. In the event no equivalent equipment exists, the Brand Name Only justification will be issued pursuant to FAR 6.302-5(a)(2)(ii). A subsequent market survey will not be published in support of a Justification and Approval (J&A) for sole sourcing the resultant product(s) or system(s) in the event an equivalent product is not submitted for consideration. In such instances, the brand name or equal component will be embedded in the construction project. Only that part of the project requiring brand name components will be sole sourced if no sources are able to prove an equal product. SUMMARY OF REQUIREMENT: The construction project will include Brand Name only equipment as follows: Fire Department Radio Transmitter: to be sole supplied by AES Corporation. The new facility is required by Code (NFPA 72, UFC 3-600-01, UFC 4-021-01, and UFC 4-010-01) to include a fire alarm system capable of detecting fire and/or smoke and instructing occupants to evacuate the facility upon such detection. This system must be connected to the base-wide system. Code does not permit this system to be stand-alone; it must also send its signals to a central receiving station operated by the Aberdeen Proving Ground Fire Department. These signals must be sent automatically due to the using hot-work materials being used within the facility and will not be always occupied by personnel trained in investigating potential fires and alerting the appropriate first responders and firefighters. Chillers: to be supplied by York Company. Per IMCOM Policy Memorandum dated 24 December 2023 - Enterprise Heating, Ventilation & Air Conditioning (HVAC) Chiller Category Intelligence Report (CIR) Course of Action (COA) Implementation, York is the selected manufacturer for APG. Two (2) nominal 100-ton air-cooled chillers (each sized for 60% of the design peak load) will provide cooling for the Fan Coil Units (FCU) and Air Handling Units (AHU). Chilled water distribution will utilize primary / secondary pumping. Each primary pump will be sized to match the flow through a single chiller. Both secondary chilled water pumps will be sized for full system flow in order to provide redundancy. The chilled water system will circulate 30% propylene glycol solution throughout the system. This will allow the system to operate during below freezing outside air conditions. It will also preclude the need for heat trace on exterior exposed chilled water piping. METASYS HVAC Controls: to be sole supplied by Johnson Controls. The control system for this facility shall be connected to the base-wide Johnson METASYS Direct Digital control (DDC) System to manage and control the new HVAC equipment. This will allow consistent monitoring and control of humidification/dehumidification. The Building Automation System (BAS)/Utility Monitoring and Control System (UMCS) control system and DDC will utilize the BACnet communications protocol via the campus-wide Metasys NIPR network provided by the Network Enterprise Center (NEC) for transport to the Building Operations and Command Center (BOCC) for integration into the base-wide UMCS monitored remotely at the BOCC. 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 09 April 2025, 11:00 AM EDT, to Contract Specialist, Amber Rose, U.S. Army Corps of Engineers, Baltimore District, Contracting Division, via email to amber.L.rose@usace.army.mil. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the direction of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eab1e8032d4f4f6e9d196f79715b3b3e/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07383853-F 20250326/250324230048 (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.