SPECIAL NOTICE
Y -- Intent to procure brand name products
- Notice Date
- 7/10/2025 12:28:12 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ25RA061
- Response Due
- 7/24/2025 9:00:00 AM
- Archive Date
- 08/08/2025
- Point of Contact
- Ines NECKER, Phone: 8163892435, Stephanie R. Kretzer, Phone: 8163892355
- E-Mail Address
-
ines.necker@usace.army.mil, stephanie.r.kretzer@usace.army.mil
(ines.necker@usace.army.mil, stephanie.r.kretzer@usace.army.mil)
- Description
- Use of Brand name: The U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), intends to procure several brand name products for the VA St. Louis Health Care System � John Cochran Division (VAJCMC), ICT Swing Space. This procurement will use brand name descriptions to meet requirements in accordance with 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1(a)(2) and DFARS 206.302-1, only one responsible source and no other supplies or service will satisfy agency requirements. SPECIAL NOTICE: USACE NWK will be soliciting construction proposals for the ICT Swing Space at VAJCMC in St. Louis, MO. As part of the construction contract solicitation, USACE intends to include the following brand name requirements: 1. Johnson Controls: C-Cure 9000 server license & software, Software House iSTAR edge controller, REX Motion Sensor, Access Control Power Supply & NEMA 4X Enclosure, door controllers, HID PIV card readers; C�Cure 9000 Intrusion Detection System (IDS), C�Cure 9000 Supervisory Software, Intrusion Detection Keypad, Volumetric Detection Sensors � MD, Door Position Switches - BM (DPS), Network Controller Panels and Tamper-Proof Enclosures. 2. Automated Logic Controls (ALC): equipment and software services, DDC Zone Controllers, Temp/Humidity Sensors, Alarms, Start/Stop, etc., Supervisory Controller/WebCTRL Server, Power Supplies, Control Panel Enclosures, and System Programming & Graphical Interface. 3. Corbin Russwin: Mortise Locksets (Finish 626), Cylindrical Locksets (Finish 626), LFIC Cores (1 per lockset). 4. Eaton Powerware: electrical circuit breakers and associated protective distribution components; Panelboard with Eaton Powerware breakers (Main Distribution). 5. Notifier: Fire alarm system; Smoke detector, Duct smoke detector, Fire alarm mass notification control panel, Manual pull station, Speaker, strobe, speaker/strobe and Addressable input/output modules. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS and no solicitations will be issued. However, any interested party that believes it can meet the requirement may submit a capability statement to the point of contact listed in this Special Notice. All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein. Supporting evidence shall be in sufficient detail that demonstrates the ability to comply with the requirements listed and must be furnished to the point of contact listed below by July 24, 2025, at 11:00 AM local time (CDT). Compatible system(s) must comply with Provision 52.225-12. Notice of Buy American Requirement-Construction Materials Under Trade Agreements, and Clause 52.225-11, Buy American-Construction Materials under Trade Agreements. USACE, NWK, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirements listed. In order to receive a Government award, a firm must be registered in the System for Award Management (SAM) (https://SAM.gov/). Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions and capability statements should be sent directly to Ines Necker at ines.necker@usace.army.mil and Stephanie Kretzer at stephanie.r.kretzer@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51cd5a0f24a64a739454c878500ebc3b/view)
- Place of Performance
- Address: Saint Louis, MO, USA
- Country: USA
- Country: USA
- Record
- SN07504649-F 20250712/250710230044 (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 |