SOURCES SOUGHT
99 -- Brand Name Class J&A for FRCS Manufacturers
- Notice Date
- 12/24/2019 7:02:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- FA8681 AFLCMC EBD EGLIN AFB FL 32542 USA
- ZIP Code
- 32542
- Solicitation Number
- Tyndall_FRCS_Sources_Sought
- Response Due
- 1/8/2020 2:00:00 PM
- Archive Date
- 01/23/2020
- Point of Contact
- Jeffrey Mixson, Phone: 850-283-6095
- E-Mail Address
-
jeffrey.mixson@us.af.mil
(jeffrey.mixson@us.af.mil)
- Description
- This is a Sources Sought Notice, seeking responses to determine what interested sources are available to execute a brand-name Class Justification and Approval (J&A) for Facility Related Control Systems (FRCS) manufacturers at Tyndall AFB.� 325 CES/325 CONS at Tyndall AFB, FL plan to establish an installation-wide standard of Facility Related Control Systems to support the base rebuild effort.� This Class J&A will support multiple contracts (new).� This is a Sources Sought Announcement; THIS IS NOT A SOLICITATION ANNOUNCEMENT.� It is published for informational and planning purposes only and not as a request for competitive quotations, therefore, no solicitation document exists for this requirement. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources, their size classification relative to the NAICS Code, and obtain feedback to better understand the industry standard and competitors in the industry.� A list of questions for consideration is provided below.� Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. Business concerns responding to this sources sought should articulate their capabilities clearly and adequately.� Responders are encouraged to submit questions or suggestions to this posting concerning the draft requirements detailed below. �Please limit your response to no more than 5 pages.� Responses shall reference this Sources Sought and shall include the following information and response to the questions below: Company Name and Address CAGE Code & SAM Registered Verification DUNS Number Business size and any/all socio-economic categories for the identified NAICS code � �What are your company�s capabilities as they relate to FRCS manufacturing and installation and how can they support the Tyndall rebuild effort? A capability statement, including summary of relevant performance history at the installation preferably, or if not a detail of other DoD installations that your company is currently performing.� Please detail the history within the past three years and identify points of contact and applicable telephone numbers, addresses and email addresses. Do you currently have a government contract for work at Tyndall AFB?� If so, please detail dollar amounts and briefly describe scope. Please briefly detail your company�s ability to provide the smart sensor technology below to include open protocol and backward capability.� Please also detail capability for each sensor type independently. DRAFT REQUIREMENT FOR TYNDALL FRCS: Facility sensors and controls shall be multi-modal if possible and used where appropriate.� Smart sensor technology shall be applied to support building automation, occupancy analysis, energy efficiency monitoring, back-up power or redundant energy systems monitoring, leak detection (via pressure, temperature, or visual), fire/smoke/carbon monoxide, gunshot detection and other applicable building systems. All mechanical, electrical and plumbing systems shall be equipped with factory installed controls and performance monitoring equipment. Sensors should be capable of collecting High Definition (HD) imagery to enable visual inspection of key/critical components. All Facility Related Control Systems (FRCS) shall comply with current AF policy and Unified Facility Criteria for Cybersecurity of FRCS.� The designer shall provide a security engineering plan that describes the security issues related to the facility design and the mitigations needed to reduce the risk from those issues.� The product of the design shall be secure FRCS that are separated from the base enterprise information network, segregated from other FRCS, isolated inherently insecure technologies (e.g. wireless), and provides authorized and authenticated user access.� Upon project completion, the product to the AF will be full documentation of the security design and the test artifacts sufficient for the AF to successfully request Authorizations to Operate under the AF Risk Management Framework. NIST SP800-82, Guide to Industrial Control System Security, shall be used to clarify technical requirements of the FRCS design.� Systems that support privatized utilities or services must comply with requirements of DFARS clauses related to Controlled Unclassified Information for Defense Critical Infrastructure. New Facility Related Control System sensors shall be open protocol with current technology (i.e. Open Bacnet) and backward compatible with protocols of existing or previously installed sensors in order to meet current security standards.� This requirement shall carry through the life of the rebuild effort. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, AND ALL INTERESTED PARTIES MUST RESPOND TO THE SOLICIATION ANNOUNCEMENT SEPARATELY FORM THE RESPONSES TO THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought and no contract will be directly awarded on the basis of this sources sought.� Any information submitted by respondents to this Sources Sought shall be voluntary. All questions/comments or any quotation/response regarding this notice shall be addressed in writing via email and received no later than 4:00pm CDT, 08 Jan 2020 to the below individuals: Mr. Jeffrey Mixson Contracting Officer Jeffrey.mixson@us.af.mil Tyndall AFB, FL 32403
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a73fb073ffac4fabb1d08615174a97ca/view)
- Place of Performance
- Address: Tyndall AFB, FL 32403, USA
- Zip Code: 32403
- Country: USA
- Zip Code: 32403
- Record
- SN05523870-F 20191226/191224230132 (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 |