Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2017 FBO #5790
SOURCES SOUGHT

N -- Utility Monitoring and Control System (UMCS)

Notice Date
9/28/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-R-18-0001
 
Point of Contact
Michael J. Schneider, Phone: 256.895.1434, Althea Ruldolph, Phone: 256-895-1657
 
E-Mail Address
michael.schneider@usace.army.mil, Althea.R.Rudolph@usace.army.mil
(michael.schneider@usace.army.mil, Althea.R.Rudolph@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is issued solely for informational and planning purposes and does not constitute a solicitation. The CEHNC intends to solicit and award a single indefinite delivery indefinite quantity (IDIQ) contract for its Utility Monitoring and Control Systems (UMCS), Heating, Ventilating, and Air Conditioning (HVAC) systems, and other automated control and monitoring systems using a proprietary Johnson Control Metasys® Building Automation System. The authority for this acquisition is FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." The proposed sole source is a large business, Johnson Controls Building Automation Systems, Cage Code 4CWR3. Capability requirements are as follows: TECHNICAL REQUIREMENTS: 1. Assuming the Government owns and operates an existing Johnson Controls, Inc., Metasys® UMCS at any Army garrison (Camp Swampy as example). Are there any sources in the marketplace that meet the following requirements? (a) As part of ongoing work at Camp Swampy the Government requires a prospective Contractor shall be licensed and trained in the configuration tool associated with the current Metasys® System Extended Architecture (MESA) UMCS with the ability to: Download and restore the archive databases into the Metasys® supervisory controllers/engines and UMCS servers, Integrate N1, N2, BACnet®, LonWorks®, and MODBUS TCP, and generate and simulate the system offline. Contractor shall have the ability to legally procure and install licensed upgrades to the current UMCS. Contractor shall integrate systems utilizing standard point naming conventions and graphics established for the UMCS. The Contractor shall prove capable to integrate existing building level controllers using native N1 and N2 protocol networks into the Metasys® UMCS. Contractor shall be able to not only integrate to the existing UMCS but must also be able to configure the UMCS and DDC System in order to provide a fully functioning and operational system. Integration alone shall not be acceptable. 2. Assuming the Government owns and operates an existing Johnson Controls, Inc. Metasys® (M5 version) UMCS at any Army Garrison (Camp Pistol as example). Are there any sources in the marketplace that meet the following requirements? (a) As part of modernization and renovation at Camp Pistol the Government wishes to upgrade the older non-MESA Metasys® UMCS to current Metasys® System Extended Architecture (assumed to be Version 5.0 or later). The Contractor shall possess the legal rights to the Johnson Controls, Inc. intellectual property (Metasys® MESA rev 5.0 or later) which can legally be procured from Johnson Controls, Inc. sources, installed on Government furnished computing equipment (either hardware or virtual servers), configured so as to meet Army Information Assurance (IA) requirements meeting all DoD Information Assurance Certification and Accreditation Process (DIACAP) requirements. To provide a fully complete, usable and legal installation of Metasys® UMCS. The Contractor shall prove capable to integrate existing building level controllers using native N1 and N2 protocol networks into the Metasys® UMCS. 3. Assuming the Government owns and operates an existing Johnson Controls, Inc. Metasys® MESA UMCS at any Army Garrison (Camp Swampy as example). Are there any sources in the marketplace that meet the following requirements? (a) As part of ongoing Direct Digital Controls (DDC) upgrades at Camp Swampy, the Government may require new controls to be procured and installed complying with the BACnet® Standardized Device Profile, BACnet® Building Controller (B-BC), and support BACnet® Interoperability Building Blocks (BIBBs) as required by the American National Standards Institute/American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ANSI/ASHRAE) Standard 135-2004, BACnet® protocol. Supervisory Controllers/Engines shall be available with on-board I/O, in multiple sizes and capacities, and with LCDs which provide local access to I/O connected to the controller. Supervisory Controllers/Engines shall be configured utilizing the same configuration tool as utilized for the UMCS. Contractor shall be licensed and trained in the configuration tool (System Configuration Tool) associated with the current Metasys® System Extended Architecture UMCS with the ability to: Download and restore the archive databases into the Metasys® supervisory controllers/engines and UMCS servers, Integrate N1, N2, BACnet®, LonWorks®, and MODBUS TCP, and Generate and simulate the system offline. 4. Assuming the Government owns and operates an existing Johnson Controls, Inc. Metasys® MESA UMCS at any Army Garrison (Camp Pistol as example). Are there any sources in the marketplace that meet the following requirements? (a) DDC System controllers shall be configurable utilizing the Johnson Controls' Controller Configuration Tool (CCT). Contractor shall be licensed and trained in the CCT. Configuration tool shall be able to configure, simulate, and commission DDC System controllers, expansion modules, application specific controllers, and supervisory controllers with on-board I/O on a Master-Slave/Toke-Passing (MS/TP) bus or wireless mesh network compliant with ZigBee TM standard. Configuration tool shall be available in a commissioning mode only version which shall be utilized for balancing contractors/personnel. Configuration tool shall be compatible with a wireless commissioning tool which allows a laptop to communicate to the field bus through Bluetooth® wireless communications. DDC System controllers shall be available in multiple sizes and point capacities with integral LCDs which provide local access to I/O and shall have available expansion modules for various I/O expansion levels. The Government is performing market research in order to determine if any other sources are available that possesses the capability to execute the kind of work identified above prior to issuing a request for proposal (RFP). Contractors are invited to review the above requirement and submit a capability statement (not to exceed 10 single-sided pages) that demonstrates capability to meet the requirements in Items 1, 2, 3, and 4 above. Potential contractors must be able to perform all of the duties in the PWS, or be able to form a team that can perform all of the duties in the PWS. Submit responses to this Sources Sought/Intent to Sole Source announcement only via E-mail to michael.schneider@usace.army.mil and Althea.R.Rudolph@usace.army.mil. DO NOT SUBMIT A PROPOSAL AT THIS TIME. Do not submit extraneous materials such as cover letters, company brochures, marketing material, or a SF-330. To be considered, submittals must be received via email no later than 1:00 PM Central Time, 30 October 2017. Only Email submittals will be accepted. Hard copy or fax submittals will not be accepted. The email subject line must be "Metasys® SATOC Submittal". Responses will not be returned nor will they be considered by the Government as offers. Instead, responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool to determine acquisition strategy. Responders are solely responsible for all expenses associated with responding to this request for information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-R-18-0001/listing.html)
 
Place of Performance
Address: Task orders will be awarded for work performance throughout the Continental United States (CONUS), United States Territories, and Outside Continental United States (OCONUS)., Huntsville, Alabama, 35807-4301, United States
Zip Code: 35807-4301
 
Record
SN04699530-W 20170930/170928232734-0f2efd11178e98a09c8c3f65b4297952 (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.