Pennsylvania Bids > Bid Detail

HVAC DDC/BAS System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159710692587927
Posted Date: Jun 30, 2023
Due Date: Jul 7, 2023
Solicitation No: W50S91-23-Q-0015
Source: https://sam.gov/opp/e92ec13b5d...
Follow
HVAC DDC/BAS System
Active
Contract Opportunity
Notice ID
W50S91-23-Q-0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NX USPFO ACTIVITY PAANG 171
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: Jun 30, 2023 01:35 pm EDT
  • Original Response Date: Jul 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6685 - PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS
  • NAICS Code:
    • 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
  • Place of Performance:
    Coraopolis , PA 15108
    USA
Description

This is a Sources Sought for potential offerors to support the 171st Air Refueling Wing (171 ARW) located in Coraopolis, PA. This is not a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses.

171 ARW is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential sources for a heating, ventilation and air conditioning (HVAC) direct digital control (DDC) system, also known as a building automation system (BAS).



The purpose of this project is to replace existing Siemens Insight proprietary system components with a non-proprietary, open protocol system components such as Tridium Niagara BAS. The intent is to only replace the front-end of the system, leaving in place as many of the existing Siemens field controllers and sensors as possible. However, the Contractor must determine if any existing field controllers and/or sensors must be replaced, or if new BACnet wiring must be installed, in order to connect all of the equipment that is currently connected to the Siemens system to the new BAS system.



Description of the system is as follows:



a. DDC / BAS System:



(1) Open protocol, non-proprietary web supervisor control system.



(2) Furnish and install all field controllers, sensors, and BACnet wiring that are identified for replacement. Contractor must determine if any existing field controllers and/or sensors must be replaced, or if new BACnet wiring must be installed, in order to connect all of the equipment that is currently connected to the Siemens system to the new BAS system.



(3) Talon BACnet communication wiring



(4) Software that is used to program the field controllers must also be available for future purchase by either the 171 ARW or other local Contractors through distribution. All Software shall allow open access.



(5) Any field controllers and/or sensors installed for this project must be available for future purchase by the 171 ARW (BAS owner) or other local BAS Contractors through distribution, thus preventing the Government from being tied to a single local BAS Contractors to service the field controllers.

(6) The system must be accessible via industry standard web browsers, including Microsoft Edge and Google Chrome.



(7) 171 ARW (BAS owner) shall be the named license holder of all software associated with any and all work on this project.



(8) Provide the 171 ARW with a copy of the programming tool for the field controllers utilized on this project.



(9) Provide project documentation and drawings. Provide detailed “BAS Architecture” map of every building on the installation. The map must outline the location of all field controllers (both new and existing), all communication wiring (both BACnet and other) and all supervisory controllers connected to the new BAS system.



(10) Provide start-up and commissioning of DDC / BAS system.



(11) Provide freight transportation and onsite customer familiarization training for the new BAS/DDC system.



(12) Provide eleven (11), 8-hour service calls as part of this project to be utilized over the first year after install.



(13) One-year warranty on all workmanship, parts, and components.



b. DDC / BAS Graphics:



(1) Provide new HVAC equipment and floorplan graphics (a.k.a. control drawings) for all monitored HVAC systems and any other HVAC systems that require monitoring and have been installed by the time this contract is awarded.



(2) System’s graphics must utilize 3-dimensional (3D) floorplans that cover all of the “connected” buildings on installation.



(3) Temperature data throughout the building must be linked to the applicable rooms on the 3D floorplans, with color-coding indicating that a temperature is outside of the desired range.



(4) When a user clicks on a room temperature, the system must direct the user to a graphic for the equipment that is feeding the room.



c. DDC / BAS Host Computer:



(1) One new BAS host computer

i. The host computer must have no less than 16 gigabyte (GB) of random-access memory (RAM) and 512 GB of solid-state drives (SSD). Typical base computers are Hewlett Packard or Dell.



ii. The host computer requires Windows 10 Pro operating system and the latest version of McAfee antivirus software installed.

(2) Two monitors (24” x 14”)



(3) One keyboard with smart card terminal



(4) One mouse



d. Contractor Requirements:



(1) Provide a reference list consisting of minimum of five (5) customers within 50 miles of the base that are utilizing the proposed system installed and maintained by the Contractor.



(2) Provide the Contracting Officer a list of service technicians currently employed by the Contractor who are certified on the platform. The list should include information on the service technicians’ servicing area.



The North American Industry Classification System (NAICS) is 334512, (Size standard in number of employee 500). For a Contractor to be considered under one of the socioeconomic classifications, it must perform a minimum of 50% of the work with its own employees (FAR 52.219-14, Limitations on Subcontracting). Responses to this notice will be used by the Government to make the appropriate acquisition decision.



Responses to this Sources Sought shall include:



• Business Name

• CAGE Code & DUNS Number

• Physical/Mailing Address

• Business Size

• Point of contact

• Firm's Capability Statement

• Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), etc.

• List of relevant references



The Capability Statements shall be no more than 5-pages in length. Interested parties can e-mail their capabilities and relevant history to Steve Sisneros at steven.sisneros.2@us.af.mil and Kaity Fuga at kaitlynn.fuga@us.af.mil, no later than 2:00 p.m. Eastern Standard Time, 7 July 2023. Facsimiles will not be accepted.

This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Contract Opportunities website http://www.sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO FOR PAANG DO NOT DELETE 300 TANKER RD BLDG 4202
  • CORAOPOLIS , PA 15108-4805
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 30, 2023 01:35 pm 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 >