Rhode Island Bids > Bid Detail

DETERMINE THE AVAILABILITY OF FACILITY RELATED CONTROL SYSTEMS BUILDING HEATING, VENTILATING, AND AIR CONDITIONING SYSTEM DIRECT DIGITAL CONTROLLERS WITH THE FOLLOWING SALIENT CHARACTERISTICS FROM RESPONSIBLE SOURCES NAVSTA NEWPORT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159348842287662
Posted Date: Oct 21, 2022
Due Date: Nov 4, 2022
Solicitation No: N4008523ML006
Source: https://sam.gov/opp/59c58f1b64...
Follow
DETERMINE THE AVAILABILITY OF FACILITY RELATED CONTROL SYSTEMS BUILDING HEATING, VENTILATING, AND AIR CONDITIONING SYSTEM DIRECT DIGITAL CONTROLLERS WITH THE FOLLOWING SALIENT CHARACTERISTICS FROM RESPONSIBLE SOURCES NAVSTA NEWPORT
Active
Contract Opportunity
Notice ID
N4008523ML006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 21, 2022 11:20 am EDT
  • Original Response Date: Nov 04, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4130 - REFRIGERATION AND AIR CONDITIONING COMPONENTS
  • NAICS Code:
    • 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
  • Place of Performance:
    Newport , RI
    USA
Description

Naval Facilities Engineering Systems Command, Mid-Atlantic, is issuing this Sources Sought Notice for market research purposes only. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. The purpose of this notice is to determine the availability of Facility Related Control Systems (FRCS) building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers with the following salient characteristics from responsible sources:





1. Capability of controlling Heating, Ventilating, and Air-Conditioning (HVAC) systems.



2. Capability of being operated using Johnson Controls International PLC (JCI) software (Metasys® including System Configuration Tool and Controller Configuration Tool) for their configuration and programming to create, modify, and download control programming, database, graphics, and controller configuration files and shall be installed by manufacturer authorized/trained/certified companies and individuals.



3. Capability to connect to existing Energy Management Control Systems (EMCS) Naval Station Newport, Newport, Rhode Island.



4. Capability to obtain and maintain Authority to Operate (ATO) certification in accordance with Department of Defense Instruction (DODI) 8500.01 and DODI 8510.01.





BACKGROUND:





NAVFAC Mid-Atlantic is working on a Class Justification and Approval (J&A) for various projects at Naval Station Newport, Newport, Rhode Island. This Class J&As would authorize the inclusion of brand-name specifications, under the authority of 10 U.S.C. 3204 (a)(1), for Direct Digital Controllers utilizing Johnson Controls International PLC (JCI) software for Configuration/Programming and for Connection to the EMCS located at Naval Station Newport, Newport, Rhode Island. It is anticipated that the proposed Class J&A will cover various construction projects from Fiscal Year (FY) 2023 to 2026.





•The Johnson Controls International Metasys Building Automation System is a type of Direct Digital Controller (DDC) System that monitors and controls the HVAC system for a building.



•The Metasys Building Automation System consists of several hardware components including, but not limited to, building controllers, equipment controllers, central plant controller controllers, room controllers, routers and integrators.



•The Metasys Building Automation System also consists of the software necessary to operate the system in addition to allowing the integration of multiple Metasys Building Automation Systems.



•Further technical specifications pertaining to the Metasys Building Automation System can be found on JCI’s website at: https://www.johnsoncontrols.com/





Based on internal Government research, the following was found to be sufficient preliminary rationale to permit other than full and open competition under the authority of 10 U.S.C. 3204 (a)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency.





1. Establish and maintain a defensible cybersecurity posture.



2. Maximize utilization of existing government-licensed JCI software to configure and program the controllers.



3. Maintain installation networked facilities control and monitoring system so that all controllers can be programmed from a central station versus a hybrid system composed of many different controllers and associated configuration/programming software



4. Avoid the significant operational burden and cost of having maintenance and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of controllers from multiple manufacturers.





INSTRUCTIONS TO INTERESTED PARTIES:





Please note that this is not a Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results to be issued to interested parties that choose to respond. Information obtained from this Sources Sought Notice is for market research purposes to determine whether another companies’ similar products can meet, or be modified to meet, the Governments needs which will facilitate the decision making process. All information received in response to this Sources Sought Notice marked or designated as proprietary information will not be released outside the Government. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice.





Interested parties shall provide the following:





1. Company Information – Attachment 1





2. Direct Digital Controllers Technical Information:





Provide a list of commercially available direct digital controllers, manufactured by your organization, for which Johnson Controls International PLC (JCI) software (Metasys® including System Configuration Tool and Controller Configuration Tool) have been utilized to create, modify, and download control programing, database, graphics, and controller configuration files. Include the following information for each controller:





a. Model Number, Catalog Number, Code Number, or equivalent model designation





b. Product Description





c. Controller Application (please specify): ‘Building Level Controller’ or ‘Zone Controller’ or ‘Equipment Controller’ or ‘Other'





d. Communications Protocol: ‘BACnet’





e. Manufacturer's technical data sheets.





3. Experience (3 pages maximum):





Identify one (1) to three (3) installed systems where Johnson Controls International PLC (JCI) software (Metasys® including System Configuration Tool and Controller Configuration Tool) has been used to successfully program and configure non-JCI direct digital controllers presented under item 1 above, which serve Heating, Ventilating, and Air Conditioning (HVAC) systems. For each project, provide:





a. Customer Point of Contact including name, phone number, and email





b. Narrative Description of the product/services provided by your organization





c. If available, Project information including title, project location (city/state), procurement contract number, and contract value.





Responses to this notice shall be sent electronically to Holly Manning, Contract Specialist, at holly.manning@navy.mil no later than 2:00pm EST on Friday, November 4, 2022. Hardcopy or facsimile submissions shall not be accepted or considered by the Government. Responses received after the deadline or without the required information shall not be considered by the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 21, 2022 11:20 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >