Search Contract Opportunities

Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO

ID: W9128F25SM020 • Type: Sources Sought

Description

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR NOTIFIER BRAND FIRE ALARM CONTROL PANELS RENOVATE SIJAN HALL PHASE ONE AT U.S. AIR FORCE ACADEMY, COLORADO

Notice ID: W9128F25SM020

INTRODUCTION

The US Army Corps of Engineers, Omaha District is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide fire alarm control panels in the construction of the Renovate Sijan Hall Phase One at U.S. Air Force Academy, Colorado.

The result of this market research will contribute to determining the method of procurement. Based on the responses to this Sources Sought notice/market research, this requirement may include specifications regarding the fire alarm control panels, or, if justified by market research, a brand name Justification and Approval.

USACE intends to issue one (1) design-bid-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is expected to range between $100,000,000 and $250,000,000.

The estimated value of the fire alarm control panes required for this project is $125,000 to $225,000.

This Sources Sought is specific to the fire alarm control panels required for this project.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

PROGRAM BACKGROUND

Repair Sijan Hall will be a phased construction project that can be constructed independently and without impact to future phases. The focus is dividing the overall building for the design and construction work phases. Each phase will include and not be limited to interior renovations: exterior curtain wall replacement, mechanical, electrical, plumbing, fire protection, life safety, energy management, any associated exterior and utility work, and communication systems will be addressed and broken up into the phased standalone areas to accommodate the relocation of displaced cadets and allowing the remainder of the building to be open and operational as each phase is being renovated. No disruptions to functions will be permitted to the phases and portions of the building that are not being constructed.

Phase 1 also includes installing isolation valves and bypass capability on the High temperature Hot Water (HTHW) system so each mechanical and plumbing zone can be independently isolated. The design will show and provide contractor laydown areas for all phases, and the Energy Management Control System (EMCS) will be sub-metered to include a BTU meter for each mechanical zone.

Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, and UFC 3-600-01, Fire Protection Engineering for Facilities. Each facility must be compatible with applicable DoD, Air Force, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified.

REQUIRED CAPABILITIES

The Government requires fire alarm control panels for this project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in in the fire and mass notification systems that could be applied to meet this requirement.

Non-Developmental Item. The fire alarm control panels must be a non- developmental item to the maximum extent possible.

Qualification. The fire alarm control panels must be qualified and demonstrate compliance to the Air Force compliance requirements equivalent to the Notifier brand fire alarm control panels and all associated components. Additionally, any proposed alternative products must comply with the attached draft specification section 28 31 76, INTERIOR FIRE ALARM AND MASS NOTIFICATION SYSTEM, ADDRESSABLE. Proof of qualification should be addressed in the response with adequate technical detail to show how the alternate product would integrate with the existing Notifier product line and how the product complies with the referenced specification.

Maintenance, Inspection and Repair. The Government desires a fire alarm control panel with minimal maintenance and inspection requirements at the organizational level. The fire alarm control panel should be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technician availability, and repair response times for their products.

SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY

The applicable NAICS code for the construction project is 236220 Commercial and Industrial Building Construction with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1FZ Construction of Other Residential Buildings.

The applicable NAICS code for fire alarm control panels is 561621, Security Systems Services (except Locksmiths with a Small Business Size Standard of $25,000,000 annual revenue. The product service code is N063 - Installation of Equipment-Alarm, Signal, and Security Detection Systems.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Note: The Government only intends to award one construction contract (with or without the inclusion of brand name equipment), because of this market research. The Government does not intend to issue a stand-alone contract for fire alarm control panels because of this market research.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Scott Dwyer in either Microsoft Word or Portable Document Format (PDF), via email Scott.Dwyer@usace.army.mil no later than 12:00 p.m. Central Time on 05 March 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Background
The US Army Corps of Engineers, Omaha District is conducting market research to identify potential sources for fire alarm control panels needed for the Renovate Sijan Hall – Phase One project at the U.S. Air Force Academy in Colorado. This initiative aims to determine procurement methods and may involve specifications or brand name Justification and Approval based on market research responses.

The project is expected to have a construction magnitude between $100,000,000 and $250,000,000, with an estimated value of fire alarm control panels ranging from $125,000 to $225,000.

Work Details
The project involves phased construction of Sijan Hall without impacting future phases. Each phase includes:
- interior renovations;
- exterior curtain wall replacement;
- mechanical, electrical, plumbing work;
- fire protection;
- life safety;
- energy management;
- associated exterior and utility work;
- communication systems.

Phase 1 specifically includes installing isolation valves and bypass capability on the High Temperature Hot Water (HTHW) system for independent isolation of mechanical and plumbing zones. The design will also provide contractor laydown areas for all phases. Facilities must comply with DoD Unified Facilities Criteria (UFC) standards and utilize sustainable construction materials where cost-effective. The required fire alarm control panels must be non-developmental items that comply with Air Force requirements equivalent to Notifier brand products. Vendors must demonstrate compliance with draft specifications for interior fire alarm systems and provide information on maintenance, inspection, repair capabilities, warranties, technician availability, and response times.

Place of Performance
U.S. Air Force Academy, Colorado

Overview

Response Deadline
March 5, 2025, 1:00 p.m. EST Past Due
Posted
Jan. 31, 2025, 12:28 p.m. EST
Set Aside
None
Place of Performance
USAF Academy, CO 80840 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
$100,000,000 - $250,000,000 (value based on agency estimated range)
Odds of Award
19%
Signs of Shaping
57% of similar contracts within the Department of the Army had a set-aside.
On 1/31/25 USACE Omaha District issued Sources Sought W9128F25SM020 for Sources Sought Announcement - Fire Alarm Control Panels - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO due 3/5/25. The opportunity was issued full & open with NAICS 561621 and PSC N063.
Primary Contact
Name
Scott Dwyer   Profile
Phone
(402) 995-2584

Secondary Contact

Name
Amanda Eaton   Profile
Phone
None

Documents

Posted documents for Sources Sought W9128F25SM020

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9128F25SM020

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9128F25SM020

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
March 20, 2025
Last Updated By
scott.dwyer@usace.army.mil
Archive Date
March 20, 2025