SOURCES SOUGHT
41 -- SOURCES SOUGHT FOR �WebCTRL� WEB-BASED BUILDING AUTOMATION SYSTEM BY AUTOMATED LOGIC CORPORATION (ALC)� FOR NAVFAC HAWAII PROJECTS AT JOINT BASE PEARL HARBOR-HICKAM, HAWAII
- Notice Date
- 4/25/2022 4:47:19 PM
- Notice Type
- Sources Sought
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478ACQ33FY2212
- Response Due
- 5/10/2022 3:00:00 PM
- Point of Contact
- Alice Mende, Jacie Fukada
- E-Mail Address
-
Alice.S.Mende.civ@us.navy.mil, Jacie.S.Fukada.civ@us.navy.mil
(Alice.S.Mende.civ@us.navy.mil, Jacie.S.Fukada.civ@us.navy.mil)
- Description
- Notice of the Government�s intent to use a brand name product for projects at Joint Base Pearl Harbor�Hickam (JBPHH), Hawaii. The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC HI) requires standardization and interoperability of its existing Direct Digital Control (DDC) systems that will require a connection to the identified installation networked facility control and monitoring system commonly referred to as the Control System Platform Enclave (CSPE).� Applicable United States Government Accountability Office (GAO) Comptroller General decisions have acknowledged the authority of a federal agency to use other than competitive procedures when there is a reasonable need for standardization or interoperability with existing agency equipment or software.� GAO has concluded that the government may use other than competitive procedures when there is a reasonable need for standardization or interoperability with existing equipment or software, and when it is likely that award to other sources would result in, among other things, substantial duplication of cost to the government that is not expected to be recovered through competition. Currently, the Automated Logic Corporation (ALC), WebCTRL web-based building automation system is the only known DDC system that can minimize cost and potential cyber vulnerability through standardization and interoperability with the existing CSPE.� NAVFAC HI is conducting market research to determine if other potential responsible sources can provide a DDC system that can meet the following requirements/specifications: Standardization on a single product for ease in maintenance. Having a local maintenance organization/contractor for support. Minimizing and standardizing spares. Minimizing and standardizing training costs for Navy maintenance staff. Ease of pushing out security patches via connection to the secure enclave for cybersecurity compliance. Interchangeable and interoperable with the existing ALC DDC. Minimizing and standardizing Risk Management Framework (RMF) costs including Authority-To-Operate (ATO) renewals/maintenance and networking training for Navy staff. This notice does not constitute a request for proposal, request for quotation, or invitation for bid.� The intent of this notice is to identify potential offerors for market research purposes only.� This notice does not commit the Government to issue any type of solicitation or award an ultimate contract.� This notice does not restrict the Government from a particular acquisition approach. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit detailed technical data, information and specifications in order for the Government to conduct an evaluation of your submitted product satisfies the agency�s requirements. �Technical response shall be typed, at least 11 point Times New Roman or larger and shall not exceed 2 pages single- sided 8.5 by 11 inch pages and submitted in Adobe PDF format. �Also, provide company information and point of contact (name, title, email, phone, mailing address). The Government does not reimburse any responder for any costs for information submitted in response to this sources sought notice. � Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. �All proprietary or classified information will be treated appropriately. �The Government reserves the right to disregard any submittal that is incomplete or vague. �Do not submit your company brochure. Interested parties shall submit information and specifications via email to Ms. Alice Mende, Contract Specialist at Alice.S.Mende.civ@us.navy.mil and Ms. Jacie Fukada, Contract Specialist at Jacie.S.Fukada.civ@us.navy.mil.� Interested parties responding to this announcement by Tuesday, May 10, 2022 at 12:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/088e3b5cb98445e6ac6060a23b1bccf7/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06307346-F 20220427/220425230103 (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 |