SOURCES SOUGHT
66 -- DIRECT DIGITAL CONTROLLERS
- Notice Date
- 5/22/2020 12:12:42 PM
- Notice Type
- Sources Sought
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274220DPRIDDC
- Response Due
- 6/5/2020 6:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Kyong Yu
- E-Mail Address
-
kyong.yu@navy.mil
(kyong.yu@navy.mil)
- Description
- OBJECTIVE: The Naval Facilities Engineering Command, Pacific (NAVFAC PAC), Architect-Engineer (A-E) Contracts Branch is issuing this Sources Sought Notice to determine the availability of Direct Digital Controllers (DDCs) with the following salient characteristics from responsible sources: Capability of controlling Heating, Ventilating, and Air-Conditioning (HVAC) systems. Capability of being operated using Johnson Controls Incorporated (JCI) software (SCT, LCT, CCT, DDL, JC-Basic, GPL, GX-9100, DX Commissioning, HVAC PRO, and METASYS) to create, modify, and download control programming, database, graphics, and controller configuration files. Capability to connect to the existing Area-Wide Energy Management System (AWEMS) at Naval Base Guam (NBG). Capability to obtain an Authority to Operate (ATO) certification in accordance with Department of Defense Instruction (DODI) 8500.01 and DODI 8510.01. BACKGROUND: NAVFAC PAC A-E Contracts Branch is working on a Class Justification and Approval (J&A) that would authorize the inclusion of brand-name specifications, under the authority of 10 U.S.C. 2304(c)(1), for METASYS Building Automation Systems manufactured by JCI in solicitations for construction projects that fall within the Marine Corps� Defense Policy Review Initiative (DPRI) Program. The 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, network control modules, network application engines, extended digital controllers, variable air volume modular controllers, unitary controllers, and field equipment controllers. The METASYS Building Automation System also consist 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/building-automation-and-controls/building-management/building-automation-systems-bas�� The authority to act under the proposed Class J&A would be limited to METASYS Building Automation Systems required at Guam for projects that fall under the Marine Corps� DPRI Program. �Primary locations in Guam are Andersen Air Force Base (AAFB), Marine Corps Base Guam (MCBG), and Naval Base Guam (NBG). �It is anticipated that the proposed Class J&A will cover approximately 58 METASYS Building Automation Systems from Fiscal Year (FY) 2020 to 2026. 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. 2304(c)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency. Use of the METASYS Building Automation System manufactured by JCI for various buildings in Guam under the Marine Corps� DPRI Program allows for a single AWEMS umbrella rather than a hybrid system composed of many different controllers, configurations, and programming setups. �This will improve operational efficiency by avoiding the significant burden of having maintenance and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of equipment from different manufacturers. Use of the METASYS Building Automation System prevents unnecessary delays in acquiring multiple ATO certifications and renewals. �Furthermore, minimizing different types of products and software permitted on the AWEMS avoids additional cybersecurity risks to system. INSTRUCTIONS TO INTEREST 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 respond to this notice by providing information to demonstrate that products other than JCI�s METASYS Building Automation System can meet the Government�s need such as: Product Description Model Number, Catalog Number, Code Number, or equivalent model designation Controller Application (please specify): �Network Automation Engine� or �Network Control Module� or �Building Level Controller� or �Zone Controller� or �Field Equipment Controller� or �Other� Communications Protocol: �BACnet� and/or �Metasys N2� Manufacturer�s Technical Datasheets Any other information for the Government�s consideration The information requested above shall be sent electronically to Kyong Yu, Contract Specialist, at kyong.yu@navy.mil no later than 3:00pm HST on Friday, 06/05/2020. Hardcopy submission shall not be accepted or considered by the Government. Interested parties with questions or need clarifications pertaining to this Sources Sought Notice shall submit them electronically in writing to kyong.yu@navy.mil no later than 3:00pm HST on Wednesday, 05/27/2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad4a2a9da4d8496dbc3d10b5a42772a2/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN05669454-F 20200524/200522230200 (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 |