Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2023 SAM #7894
SOLICITATION NOTICE

59 -- NOTICE OF INTENT TO SOLE SOURCE - Laughlin Siemens Server Software Upgrade with Desigo CC and PXC Controllers Replacement

Notice Date
7/7/2023 9:46:10 AM
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
 
ZIP Code
78843-5101
 
Solicitation Number
FA3099-23-Q-1020
 
Response Due
7/12/2023 8:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Jesus A Perez, Phone: 8302985175, Dariela H. Parizo, Phone: 8302984352
 
E-Mail Address
jesus.perez.3@us.af.mil, dariela.parizo@us.af.mil
(jesus.perez.3@us.af.mil, dariela.parizo@us.af.mil)
 
Description
The 47th Contracting Squadron, Laughlin AFB, hereby submits an intent to sole source notice. The Government intends to award a firm-fixed-priced contract to Siemens Industry Inc, under Simplified Acquisition Procedures and Other than Full and Open Competition as authorized by FAR Subpart 13.5� for the contractor to migrate the existing Siemens Insight to the new Siemens BACnet Siemens Desigo CC software due to the end of life of the Insight headend.�There is Only One Responsible Source No Other Supplies or Services Will Satisfy the Requirement. An extended description of the product being acquired is as follows: The work includes, but is not limited to, the following information. The Contractor shall remove the existing controllers the Modular Equipment Controller (MEC), see building�s location below. The Contractor shall install with new Programmable Controller Compact (PXC) from mounting, wiring, configurate, and programming. Desigo server software with 3 clients Provide Civil Engineering Operators 40 hours of hands-on training in the operation and maintenance of the BAS. � New controllers and associated input and outputs at all listed locations Existing wiring, enclosures, power supplies, and all end-devices to be re-used Normal time working hours Updating of only the control drawings and control panel layouts effected by the control panel upgrades New panduit Any existing wires that require extending will be done utilizing terminal strips strategically mounted inside the control enclosure Existing physical point wiring to be labelled (6 characters maximum) to describe physical point (ex., A1 MAT, A1 DAT) This proposal is for Siemens to only upgrade the remaining obsolete Siemens BAS control panels that are not compatible with Desigo CC frontend. This migration program will allow the owner to upgrade all the field panels in one project or to systematically plan and schedule one or more field panels to be upgrade per year without incurring unplanned cost due to a panel failure. As each panel is upgraded, Siemens will verify operation of the major mechanical equipment (i.e., air handling units, building relief fans, chillers, pumps, etc.) by testing all outputs and observe and record any inputs that are failed or appear inaccurate. Siemens will provide and setup one server software license and up to 3 software client licenses for your use. Market research was conducted and only one source, Siemens Industry Inc is able to meet the government's needs.� This will be awarded on a Single Source basis using FAR Part 13, Simplified Acquisition Procedures.�The Siemens EMCS system is currently in place in seventeen (17) buildings on Laughlin AFB. Installing any other brand will present disruptions in the flying mission, major investment with significant cost increases, much longer installation times, and additional trainings for personnel. Therefore, an upgrade to the existing system is the most advantageous to the government, No Other Supplies or Services Will Satisfy the Requirement. *This notice does not constitute a solicitation document. Requests for such documents will not be considered. However, all information received after publication of this notice will be considered SOLELY for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the direction of the Government. Information received will be evaluated as to confirm or deny the decision to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice.�The Government will not pay for information received. *The Contracting Officer is the only authorized representative that may obligate funds on behalf of the US Government. Work accomplished under the direction of any other individual is not authorized and is accomplished at the sole liability of the contractor. Dariela Parizo, Contracting Specialist, at dariela.parizo@us.af.mil, (830) 298-4352, or Jesus A. Perez, Contracting Officer, at jesus.perez.3@us.af.mil, (830) 298-5175
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86d4a798d6a142b6834c32d89b838116/view)
 
Place of Performance
Address: Laughlin AFB, TX 78843, USA
Zip Code: 78843
Country: USA
 
Record
SN06740802-F 20230709/230707230044 (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 |
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.