Search Contract Opportunities

Notice of Intent- Brand Name or Equal - VALBHS   4

ID: W912PL24B0003 • Type: Special Notice • Match:  95%
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
Draft a response outline indicating that my company is also capable of performing this sole source work
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Intent to Sole Source-Brand Name Only-Inclusion of the brand name or equal descriptions identified in the design for an upcoming solicitation W912PL24B0003, for Construction of a new Parking Structure at Veteran's Administration Long Beach Health Service (VALBHS) campus located in Long Beach, California. The portion of the acquisition that include brand name or equal components include: energy management control system, door hardware system, security access system, and life safety system. This is NOT a request for proposal.

Description

The Parking Structure is designed with a footprint area of 57,101 SF and yields 491 parking spaces. The total area is 165,676 SF and the building efficiency is 337 SF/space. It is a Type IB - S2 Open Parking Structure as defined in the 2012 International Building Code. The project will also provide accommodations for photovoltaics (PV), electrical vehicle (EV) charging stations, and future parking structure expansion. The scope will also include site improvements including roadways, utility infrastructure upgrades, landscaping, connecting corridors, and security upgrades.

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.

  1. 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
  2. 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 system
  3. Security 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.
  4. 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.

The following are the essential items requiring the brand name requirements:

  1. System Compatibility

A 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.

  1. Warranty

It 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.

  1. 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:

    1. Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government's concerns regarding system compatibility.
    2. Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government's concerns regarding warranties.
    3. Provide an alternative to using mentioned equipment, with supporting rationale, that would alleviate the Government's concerns regarding duplication of training costs.
    4. 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.

DISCLAIMER This Special Notification 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 Special Notification

Overview

Response Deadline
Dec. 28, 2023, 5:00 p.m. EST Past Due
Posted
Dec. 15, 2023, 1:22 p.m. EST
Set Aside
None
Place of Performance
Long Beach, CA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
On 12/15/23 USACE Los Angeles District issued Special Notice W912PL24B0003 for Notice of Intent- Brand Name or Equal - VALBHS due 12/28/23.
Primary Contact
Name
Ashley Powell   Profile
Phone
(213) 452-3241

Secondary Contact

Name
James Costantino   Profile
Phone
(213) 452-3237

Documents

Posted documents for Special Notice W912PL24B0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Special Notice W912PL24B0003

Award Notifications

Agency published notification of awards for Special Notice W912PL24B0003

Contract Awards

Prime contracts awarded through Special Notice W912PL24B0003

Incumbent or Similar Awards

Contracts Similar to Special Notice W912PL24B0003

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W912PL24B0003

Similar Active Opportunities

Open contract opportunities similar to Special Notice W912PL24B0003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > W075 ENDIST LOS ANGELES
FPDS Organization Code
2100-W912PL
Source Organization Code
100221424
Last Updated
Jan. 12, 2024
Last Updated By
ashley.s.powell@usace.army.mil
Archive Date
Jan. 12, 2024