Search Contract Opportunities

Design-Bid-Build, FFG-62 Land Based Engineering Site, Philadelphia Navy Yard Annex, Philadelphia, PA   5

ID: N40085-24-R-2536 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.

The purpose of this sources sought notice is to determine if there are commercially available and interested suppliers capable of performing the services pertaining to the following and as detailed in the provided Attachment(s) 2 - Technical Information:

  1. Card Readers
    1. a. Manufacturer ID Factors
      1. Product Entry Point 2-Factor Dual Interface Reader
      2. Requirements Card Reader is compatible with ESS Approved Product List (APL).
  2. Power Supply Enclosure
    1. Manufacturer Lenel United Technologies
      1. Product LNL-AL600ULX-4CB6
      2. Requirements Lenel and Altronix power supplies included on APL.
  3. Power Supply Enclosure
    1. Manufacturer Altronix Corporation
      1. Product AL600ULACM
      2. Requirements Lenel and Altronix power supplies included on APL.
  4. Access Control System Dual Reader Interface (DRI) Module
    1. Manufacturer LenelS2
      1. Product LNL-1320 Series 3 DRI
      2. Requirements Compatibility with and included with the ESS APL.
  5. Request to Exit Device (REX)
    1. Manufacturer Bosch
      1. Product DS160 Series High Performance REX Detectors
      2. Requirement Compatibility with and included with the ESS APL.
  6. Electric Strike
    1. Manufacturer HES
      1. Product 1006 Series Electric Strike
      2. Requirement Compatibility with and included with the ESS APL.
  7. Translucent Wall Panel
    1. Manufacturer Kalwall
      1. Product Kalwall 2 3 4 thick sandwich panel, 0.70 Rose SW Exterior face, 0.045 Crystal type 25, 12x24 SHOJI Grid
      2. Requirement To match existing translucent wall panel system to ensure compatibility.
  8. Roof Enclosures for Class III Cable
    1. Manufacturer Roof Penetration Housings, LLC
      1. Product The Vault AWI Models
      2. Requirement Enclosure suitable for the condition of the project for a weatherproof assembly that can be modified in the future by NSWC.
  9. Fire Alarm Control Panel
    1. Manufacturer Honeywell
      1. Product Notifier N16 Fire Alarm Control Panel
      2. Requirement Model must conform with the installation-wide standardization of Fire Alarm Control Panel manufacturer.
  10. Control House Flood Doors
    1. Manufacturer PS Flood Barriers/Hydro 1-PD250
      1. Product PS Flood Barriers/Hydro 1-PD250
      2. Requirement This product is the only flood door that complies with both the Buy America Act and accessibility requirements per the Architectural Barriers Act .
  11. Thermal Break at Column Splices
    1. Manufacturer Fabreeka
      1. Product Fabreeka Thermal Breaks
      2. Requirement This product is the only thermal break material appropriate for this application and verified to comply with the Buy American Act .
  12. Fire Alarm Radio Transmitter
    1. Manufacturer AES Corporation
      1. Product 7707 Fire Subscribers IntelliNet 2.0
      2. Requirement Compatibility with existing signaling network equipment.
  13. Kinetix System
    1. Manufacturer Kinetix
      1. Product Kinetix to program new head end receiver
      2. Requirement Kinetix is the existing maintenance contractor who programs the AES/Intellinet Head End Fire Alarm receiver in Building 29. Allowing this vendor to provide the program will result in seamless integration with the existing system.
  14. Fuel Oil System Equipment
    1. Manufacturer Preferred Utilities Mfg Corporation
      1. Product P-7A/P-7B (IMO3DB-BG1333-200GPM-150), FOH-1 (THBG-266KW-Z1333-18064), FOFS-1 (PFBG-200GPM-Z1333-18064-WR), Day Tank Controls (DT-BG-FSC-18064), and FORP-1 (ATPSF-BG1333-50GPM-D-DP-L)
      2. Requirement Fuel oil equipment assemblies to be furnished by a single manufacturer (Preferred Utilities Manufacturing Corporation or approved equal) to ensure coordination and interoperability of the fuel oil system. This will also contribute greatly to the ease of construction and startup. These items include the main fuel oil distribution pumps (P-7A & P-7B), fuel oil heater (FOH-1), recirculating pump (FORP-1), filter separator (FOFS-1), and 5,000-gallon day tank controls.
  15. Balanced Magnetic Switch
    1. Manufacturer Magnasphere
      1. Product MSS Recessed/Concealed Series
      2. Requirement NSWC utilizes Magnasphere switches and sensors for door status monitoring.
  16. Motorized Locking Door Trim
    1. Manufacturer Von Duprin
      1. Product M966L/L-BE
      2. Requirement Door hardware and accessories provided by door manufacturer for rim/vertical door installations.

This is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 5 pages total) demonstrating the ability to provide the product with the specifications described above.

Interested Sources are invited to respond to this Source Sought by completing Attachment 1 Company Information and providing product technical information and specification sheets.

The Capabilities Statement Package shall not exceed 5 pages and shall ONLY be submitted electronically to Brittany Cristelli, brittany.n.cristelli.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email.

RESPONSES ARE DUE NO LATER THAN FRIDAY, 10 MAY 2024 AT 2:00 PM EASTERN DAYLIGHT TIME. LATE RESPONSES WILL NOT BE CONSIDERED.

Background
The solicitation is a sources sought notice to determine the availability of commercially available suppliers capable of performing specific services. It is not a request for proposal, and there will not be a solicitation, specifications, or drawings available at this time. The purpose of this notice is to identify potential sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to pay for any information received from potential sources as a result of this synopsis.

Work Details
The contract pertains to the procurement of various security and construction-related products including card readers, power supply enclosures, access control system modules, request to exit devices, electric strikes, translucent wall panels, roof enclosures for cable, fire alarm control panels, flood doors, thermal break materials, fire alarm radio transmitters, Kinetix systems, fuel oil system equipment, balanced magnetic switches, motorized locking door trims, and other thermal break products. The solicitation also requires interested vendors to submit a brief capabilities statement package demonstrating their ability to provide the specified products.

Place of Performance
The geographic location(s) where the construction projects will be performed are not explicitly mentioned in the provided information.

Overview

Response Deadline
May 10, 2024, 2:00 p.m. EDT Past Due
Posted
May 1, 2024, 4:39 p.m. EDT
Set Aside
None
Place of Performance
Philadelphia, PA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Value Range
Experimental
$50,000 - $200,000 (AI estimate)
On 5/1/24 Naval Facilities Engineering Command issued Special Notice N40085-24-R-2536 for Design-Bid-Build, FFG-62 Land Based Engineering Site, Philadelphia Navy Yard Annex, Philadelphia, PA due 5/10/24.
Primary Contact
Name
Brittany Cristelli   Profile
Phone
(757) 341-1978

Documents

Posted documents for Special Notice N40085-24-R-2536

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Special Notice N40085-24-R-2536

Award Notifications

Agency published notification of awards for Special Notice N40085-24-R-2536

Contract Awards

Prime contracts awarded through Special Notice N40085-24-R-2536

Incumbent or Similar Awards

Contracts Similar to Special Notice N40085-24-R-2536

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N40085-24-R-2536

Similar Active Opportunities

Open contract opportunities similar to Special Notice N40085-24-R-2536

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
May 25, 2024
Last Updated By
brittany.cristelli@navy.mil
Archive Date
May 25, 2024