SOURCES SOUGHT
99 -- Building Automation Systems (BAS)
- Notice Date
- 6/30/2023 12:03:42 PM
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G23R0077
- Response Due
- 7/7/2023 9:00:00 AM
- Archive Date
- 07/22/2023
- Point of Contact
- Stella Morales, Phone: 8178861074, Nicholas Johnston, Phone: 8178861006
- E-Mail Address
-
stella.i.morales@usace.army.mil, nicholas.i.johnston@usace.army.mil
(stella.i.morales@usace.army.mil, nicholas.i.johnston@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPOSIS.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Army Corps of Engineers is conducting market research to determine domestic availability of equipment for the acquisition and installation of Building Automation Systems (BAS) that would meet the following requirements:� FUNCTIONAL REQUIREMENTS Shall use an open architecture and fully support a multi-vendor environment. To accomplish this effectively, the system shall support open communication protocol standards and integrate a wide variety of third-party devices and applications. The system shall be designed for use on the Internet, or intranets using off the shelf, industry standard technology compatible with other owner provided networks. Standalone Network Automation Engine(s); Field Equipment Controller(s); Input/Output Module(s); Portable Operator's Terminal(s); Distributed User Interface(s); Network processing, data storage and communications equipment; Other components required for a complete and working BMS; The system shall be modular in nature, and shall permit expansion of both capacity and functionality through the addition of sensors, actuators, controllers and operator devices, while re-using existing controls equipment. System architectural design shall eliminate dependence upon any single device for alarm reporting and control execution; The failure of any single component or network connection shall not interrupt the execution of control strategies at other operational devices; The System shall maintain all settings and overrides through a system reboot; System architectural design shall eliminate dependence upon any single m reporting and control execution; Provide systems compatible with Johnson Controls N2 protocol in order to integrate into Johnson Controls Metasys with ADX server running N2 protocol front end. The use of an interface may be acceptable but must demonstrate that it is 100% compatible with the Johnson N2 protocol The Network Automation Engine (NAE) shall be a fully user-programmable, supervisory controller. The NAE shall monitor the network of distributed application-specific controllers, provide global strategy and direction, and communicate on a peer- to-peer basis with other Network Automation Engines. Automation network - The NAE shall reside on the automation network and shall support a subnet of system controllers. User Interface - Each NAE shall have the ability to deliver a web-based User Interface. All computers connected physically or virtually to the automation network shall have access to the web-based UI. The web-based UI software shall be imbedded in the NAE. Systems that require a local copy of the system database on the user's personal computer are not acceptable.� The NAE shall support up a minimum of four (4) concurrent users. The web-based user shall have the capability to access all system data�through one NAE. Remote users connected to the network through an Internet Service Provider (ISP) or telephone dial up shall also have total system access through one NAE. Systems that require the user to address more than one NAE to access�all system information are not acceptable. The NAE shall have the capability of generating web based UI�graphics. The graphics capability shall be imbedded in the NAE. Systems that support UI Graphics from a central database or require�the graphics to reside on the user's personal computer are not acceptable. The web based UI shall support the following functions using a�standard version of Microsoft Internet Explorer:� Configuration Commissioning, Data Archiving Monitoring, Commanding System Diagnostics. Systems that require workstation software or modified web browsers are not acceptable. The NAE shall allow temporary use of portable devices without interrupting the normal operation of permanently connected modems. Processor - The NAE shall be microprocessor-based with a minimum word size of 32 bits. The NAE shall be a multi-tasking, multi-user, and real-time digital control processor. Standard operating systems shall be employed. NAE size and capability shall be sufficient to fully meet the requirements of this Specification. Memory - Each NAE shall have sufficient memory to support its own operating system, databases, and control programs, and to provide supervisory control for all control level devices. Hardware Real Time Clock - The NAE shall include an integrated, hardware-based, real-time clock. The NAE shall include troubleshooting LED indicators to identify the following conditions: Power - On/Off. Ethernet Traffic - Ethernet Traffic/No Ethernet Traffic. Ethernet Connection Speed - 10 Mbps/100 Mbps. FC Bus A - Normal Communications/No Field Communications. FC Bus B - Normal Communications/No Field Communications. Peer Communication - Data Traffic between NAE Devices. Run - NAE Running/NAE in Startup/NAE Shutting Down/Software Not Running. CYBERSECURITY REQUIREMENTS Open Systems Interconnection (OSI) Layer 2 Ethernet switches: support IEEE 802.1x network login ports must auto-negotiate for 10, 100 and 1000 megabits-per-second links implement port level access control by MAC address and limit the number of MAC addresses to one MAC address per port implement per-port access control lists (ACLs) where the list can be filtered by source and destination IP addresses, and by source and destination UDP or TCP ports support configurations SAVE and RESTORE support both manual IP address assignment and acquisition of a dynamic IP address via Dynamic Host Configuration Protocol (DHCP) limit access for configuration to one or more of: A web interface using HTTPS, a command line interface using SSH, or an SNMP connection using SNMP version 3 or later be able to lock configuration capability to a dedicated management port Daisy Chain IP Controllers have exactly two Ethernet network connections and basic built-in switch capabilities allow implementation of an Ethernet network in a daisy chain architecture NOTE:� Switches incorporated by Daisy Chain IP Controllers are not required to meet the requirements for Ethernet Switches as defined herein. IP network traffic encrypted with NSA-approved cryptography provision of digital signatures and hashing provision of FIPS-validated cryptography HVAC Control System Devices using HTTP must use HTTPS instead of HTTP as a control protocol HVAC Control System Devices using Ethernet must support IEEE 802.1x Devices (including but not limited to NIST FIPS 140-2 compliant radios) that have STIG/SRGs related to cryptographic module authentication (CCI-000803), must comply with the requirements of those STIG/SRGs. The control system must require identification and authentication before allowing any actions except read-only actions by a user acting from a user interface which MINIMALLY or FULLY supports accounts. All controllers FULLY supporting accounts and supporting password-based authentication must enforce the following password requirements: minimum length of twelve (12) characters must contain at least one uppercase character must contain at least one lowercase character must contain at least one numeric character must contain at least one special character1 maximum lifetime of sixty (60) days2 must differ (at least 50% of the characters) from previous five (5) passwords must be cryptographically protected during storage and transmission 1NOTE: The list of supported special characters must include at least 4 separate characters. 2NOTE: When passwords expire, prompt users to change passwords. Do not lock accounts due to expired passwords. Passwords for connecting to a Remote User Interface supporting password-based authentication must enforce the following password requirements: minimum length of twelve (12) characters must contain at least one uppercase character must contain at least one lowercase character must contain at least one numeric character must contain at least one special character1 maximum lifetime of sixty (60) days2 must differ (at least 50% of the characters) from previous five (5) passwords must be cryptographically protected during storage and transmission Device Capabilities Do not use a networked sensor or actuator where a non-networked sensor or actuator would suffice. Unless specifically required by the Government, do not provide a capability to update device firmware over the network. All IP devices must be scannable, such that the device can be scanned by industry standard IP network scanning utilities without harm to the device, application, or functionality. Controllers shall be scannable by standard control system discovery tools or control system browsers and return meaningful status information including the network inputs and outputs for the controller. This information shall contain sufficient detail to detect vulnerabilities or exploits of the controller. Firm�s response to this Synopsis shall be limited to 3 pages and shall include the following information: 1.��Firm's name, address, point of contact, phone number, and e-mail address. 2.� Technical document on the proposed interface or AIS system. Additionally, documents must clearly state that the system proposed must fully integrate with the existing system and preserve all functionality of the existing system described in this notice. Interested Firms shall respond to this Sources Sought Synopsis no later than�11:00 a.m. CDT, Friday, 07 July 2023 via email only. Please email your response to:� Stella I. Morales, stella.i.morales@usace.army.mil AND Nicholas Johnston, nicholas.i.johnston@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98c016c2c1bb463ea5a61bfd675c51c4/view)
- Place of Performance
- Address: Barksdale AFB, LA 71110, USA
- Zip Code: 71110
- Country: USA
- Zip Code: 71110
- Record
- SN06734826-F 20230702/230630230049 (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 |