SPECIAL NOTICE
Z -- Notice of Intent to Award
- Notice Date
- 8/24/2012
- Notice Type
- Special Notice
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
- ZIP Code
- 50010
- Solicitation Number
- AG-6197-S-12-SB24
- Archive Date
- 9/19/2012
- Point of Contact
- Stacie L. Black, Phone: 5153377243
- E-Mail Address
-
stacie.black@ars.usda.gov
(stacie.black@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Notice of Intent to award. The Agriculture Research Service (ARS) of the United States Department of Agriculture intends to issue an award to Johnson Controls, Inc. This is sole source procurement pursuant to the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the National Animal Disease Center (NADC), USDA in Ames, IA for software subscription services, enhancement and preventative maintenance services, coaching and training services, and upgrades to existing controls pertaining to the JCI proprietary Metasys Building Automation System (BAS) located in several NCAH campus buildings. These services are only available through Johnson Controls, Inc. No telephone inquiries will be accepted. Interested parties shall submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. This is not a request for competitive proposals, and it shall be noted that a contract will not be awarded on the basis of information received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If affirmative written responses are not received, negotiations will be held with Johnson Controls, Inc. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act of 1994, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as a Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 41 U.S.C. 253(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION: 1. Agency and Contracting Activity (FAR 6.303-2(b)(1)). a. USDA, AGRICULTURAL RESEARCH SERVICE, NATIONAL ANIMAL DISEASE CENTER, Ames, IA location. 2. Nature/Description of Action(s) (FAR 6.303-2(b)(2)). a. This contracting action is to acquire services for the JCI Metasys Building Automation System (BAS). 3. Description of Supplies/Services (FAR 6.303-2(b)(3)). a. Work involves the JCI Metasys Building Automation System to include software subscription services, enhancement and preventative maintenance services, coaching and training services, and upgrades to existing controls in several NCAH campus buildings. Estimated value in excess of $25,000.00. 4. Identification of Statutory Authority 320(FAR 6.303-2(b)(4)). a. 41 U.S.C. 253(c)(1), FAR Subpart 6.302-1. The supplies or services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(b)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The existing Johnson Controls Building Automation System (BAS) hardware and software is integrated into approximately 25 buildings across the NCAH campus and operates from a government-owned and operated central server and fiber and copper communication wiring system. The BAS includes roughly 200 network control engines, individual PLC controllers, and unitary controllers across the campus and has roughly 8,000 I/O and control points. The software used to control and monitor the system is proprietary to Johnson Controls. The building automation system includes operator work stations in the central utility plant and other locations throughout the campus where utility plant and HVAC maintenance mechanics monitor BAS alarms and operates critical and non-critical equipment and controls. Systems include utility services of steam, chilled water, pumps, wastewater pumps and alarms, temperature controls, critical room air pressure/directional air flow, ventilation rates, fans, dampers, ventilation control valves, etc. Without proper operation of the automated controls, the buildings could not be occupied - and research and testing work requiring biological containment required by CDC regulations could not be achieved. The JCI BAS has unique and proprietary software already installed to program control sequences and operate the connected devices. Expertise on this specific software is necessary to maintain the building automation system reliability for biological safety and compliance with regulations. 6. Federal Business Opportunities FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(b)(6). a. A Federal Business Opportunities Synopsis is published in an attempt to identify other possible vendors of the required services. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(b)(7). a. It is the Contracting Officer's determination that the anticipated cost to the Government will be fair and reasonable based on a comparison of previous work that has been found to be reasonable. 8. Description of Market Research (FAR 6.303-2(b)(8). a. USDA/ARS is consistently surveying the market, and from this experience knows that the aforementioned services are only available from the vendor identified. Additionally, Johnson Controls is the sole source for upgrades to their proprietary Metasys Extended Architecture software. No other supplier has the same access to the controls software, technical expertise to train and trouble-shoot the software and integration of the control sensors and devices. 9. Any Other Supporting Facts (FAR 6.303-2(b)(9). a. Johnson Controls service technicians have been on the NCAH site for approximately 20 years and the local JCI office staff know and understand the critical systems that have been installed in the containment animal, central plant, and laboratory facilities at the location. Switching to another BAS company would be detrimental to the Government, and would require extensive time for NCAH FEU personnel to train new persons on the operations and regulatory requirements. There would likely be control programming areas that would impact the plant utility services or containment areas. Interruptions require significant regulatory reporting and may erode the trust science program, administrators, and regulators have in the competence of FEU to safely and reliably operate the critical facilities. The risk for these types of issues needs to be weighed against the potential financial benefit to the agency if another BAS company were to remove the existing JCI BAS and install their software and hardware. Due to the size of the existing JCI BAS at NCAH it is not logical that another manufacturer could convert to their system in a cost effective manner. 10. Listing of Interested Sources (FAR 6.303-2(b)(10). a. No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303-2(b)(11). a. Active vendor searches and surveys are completed and extensive market research is conducted in order to identify other potential sources that will meet the Government's needs. Additionally, Johnson Controls is the sole source for upgrades to their proprietary Metasys Extended Architecture software. No other supplier has the same access to the controls software, technical expertise to train and trouble-shoot the software and integration of the control sensors and devices. 12. Technical Requirements and Certifications; (FAR 6.303-1(a) and FAR 6.303-2(b) a. I certify that the facts and representations under my cognizance which are included in this justification and which from a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(a), 6.303-2(b)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Stacie L. Black Title: Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05d7636d44037d3a13396a6808df6e3e)
- Place of Performance
- Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02854396-W 20120826/120825000132-05d7636d44037d3a13396a6808df6e3e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |