Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOURCES SOUGHT

J -- Update/ Modify Energy Management Control System - Draft PWS

Notice Date
7/29/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-16-Q-A006
 
Point of Contact
Donna S. Fowler, Phone: 321-494-9944, Benjamin P Crafton, Phone: 3214949941
 
E-Mail Address
donna.fowler.2@us.af.mil, benjamin.crafton@us.af.mil
(donna.fowler.2@us.af.mil, benjamin.crafton@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS, Attachment 2 EMCS Topography Map Draft PWS, Attachment 1 Draft PWS, Update, Modify EMCS SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request For Quote (RFQ) number is FA252l-16-Q-A006 which shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 238210. The size standard for this NAICS is $15M. The requirement is for Offeror to Update/ Modify Energy Management Control System (EMCS) Automation and Controls Network (Lon Works) based system. This includes connectivity to particular controllers, logic controllers, and all input/output devices. In addition, the offeror is to provide, install and configure seven (7) new Building Level Network Controllers (BLNCs), one (1) new G-Router and reconfigure two (2) existing G-Routers and associated building controls hardware in facilities located at Patrick AFB and Cape Canaveral AFS per the Performance Work Statement (PWS). Draft PWS is attached. GSA MAS/SIN: 03FAC/003 01, 84/246 01 Salient Characteristics: Base of Design for Building Level Network Controller is Schneider Electric: Part# SXWASPXXX10001, SmartStruxure Automation Server Premium or Equal Part# SXBASW 110002, Terminal Base-AW-W1 term Base AW W1 or Equal Part# SXWPS24VX10001, Power Supply-24V Power Supply 24VAC/VDC or Equal Part# SXWTB PSW 11001, Terminal Base-PS-W1 Term Base PWR SUP W1 or Equal Base of Design for G-Router is Adept Systems Part# GR4A-EFNNAI or Equal NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically Disadvantaged Women-Owned Small Business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), HUBZone or SDVOSB, WOSB, EDWOSB or Small Business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accompli shed by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.20 1, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB. EDWOSB, VOSB, etc.). Services Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Include in your capabilities package your DUNS, Cage Code, System for Award Management (SAM) expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address: donna.fowler.2@us.af.mil or by mail to 45 CONS/LGCAA FA2521-16-Q-A006 Attn: Donna Fowler, Contract Specialist 1201 Edward H. White II Street. Bldg. 423, Room C-202 Patrick AFB. FL 32925-3238 RESPONSES ARE DUE NO LATER THAN 3 Aug 2016 by 2:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-A006/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, FL and Cape Canaveral Air Force Station, FL, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04201688-W 20160731/160729234616-f6365ce5ef3cade0cadf8c1d53c657fc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.