Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

66 -- Sources Sought for Direct Digital Controller

Notice Date
2/19/2025 3:26:51 PM
 
Notice Type
Sources Sought
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274225DDC
 
Response Due
3/5/2025 4:00:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
Katie A. Johnson
 
E-Mail Address
katie.a.johnson27.civ@us.navy.mil
(katie.a.johnson27.civ@us.navy.mil)
 
Description
Notice of intent to use a brand name product. The Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific) is performing a market survey to determine if other potential sources of supply can provide a Direct Digital Controller (DDC) that has equal performance and listing/approval requirements as the Johnson Controls Incorporated (JCI) METASYS Building Automation System. Fiscal Year 2025 Military Construction P-2301, HSC-25 Hangar Complex, Andersen Air Force Base, Guam requires a DDC with the following chracteristics: Capability of being operated using 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 JCI METASYS 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. Capability of controlling Heating, Ventilating, and Air-Conditioning (HVAC) systems. This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Government. This is not a request for proposals, quotes, or an invitation for bid. The intent of this notice is to identify other potential sources of this product. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product to ensure compatibility with the existing system. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit company brochures. Please submit complete information via electronic mail to Ms. Katie Johnson at katie.a.johnson27.civ@us.navy.mil no later than 5 March 2025 at 2:00 p.m. H.S.T. Information received after the due date/time will not be considered. Any information provided to the Government in response to this RFI will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aef45eaecb1e4f799ec9d83ae7bd4538/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN07347385-F 20250221/250219230039 (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.