Sources Sought Announcement - Door Locks - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 31, 2025 11:24 am CST
- Original Response Date: Mar 05, 2025 12:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 20, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: USAF Academy , CO 80840USA
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR YALE BRAND DOOR LOCKS – RENOVATE SIJAN HALL – PHASE ONE AT U.S. AIR FORCE ACADEMY, COLORADO
Notice ID: W9128F25SM022
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 Door Locks in the construction of the Renovate Sijan Hall – Phase One at the 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 generators, 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 door locks for this project is $60,000 to $90,000.
This Sources Sought is specific to the door locks required for this project.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (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 door locks for this project. The intent of this Sources Sought is to assess the availability of door lock products that could be applied to meet this requirement.
Non-Developmental Item. The locks should be a non-developmental item to the maximum extent possible.
Qualification. The door locks must be qualified and demonstrate compliance to the Yale brand locks, and all associated components, capable of supporting the above referenced facility. Additionally, any proposed alternative products must comply with the attached draft specification section 08 71 00, DOOR HARDWARE. Proof of qualifications should be addressed in the response with adequate technical detail to show how the alternate product would integrate with the existing Yale product line and how the produce complies with the specification.
Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians 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 this 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 door hardware is 332510 – Door locks, metal, manufacturing with a Small Business Size Standard of 750 employees. The PSC is 5340, Hardware, Commercial.
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 door locks because of this market research effort.
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.
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.
Attachments/Links
Contact Information
Primary Point of Contact
- Scott Dwyer
- Scott.Dwyer@usace.army.mil
- Phone Number 4029952584
Secondary Point of Contact
- Amanda Eaton
- Amanda.E.Eaton@usace.army.mil