Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2022 SAM #7436
SOURCES SOUGHT

J -- ENERGY MANAGEMENT AND CONTROL SYSTEM (EMCS)

Notice Date
4/8/2022 1:43:37 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
 
ZIP Code
68113
 
Solicitation Number
FA4600_EMCS_2022
 
Response Due
4/22/2022 8:00:00 AM
 
Point of Contact
Jon Hoseth, Phone: 4022326914, Austin D. Palrang, Phone: 4022325032
 
E-Mail Address
jon.hoseth@us.af.mil, austin.palrang@us.af.mil
(jon.hoseth@us.af.mil, austin.palrang@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS: Note that this is NOT a request for quotes or proposals; the 55th Contracting Squadron, Offutt Air Force Base, NE, is seeking information for market research purposes only for the following items listed below: The purpose of this Sources Sought is to satisfy the requirements in DFARS PGI 206.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. This is a Sources Sought announcement. The 55 Contracting Squadron is conducting market research on: ENERGY MANAGEMENT AND CONTROL SYSTEM (EMCS). Please see the Performance Work Statement (PWS), below for more information. We believe the NAICS for this product to be 811219 and PSC J065. If you believe this incorrect, please feel free to let me know what NAICS/PSC better fits the criteria. Your response shall include the following information: Capability Statement. Capability Statement Format A capability statement should be very brief and specifically related to the needs of the agency you are targeting. Preferably it is only one page, one side. Go to two sides only if absolutely necessary. Your Capability Statement should be a living document that will change depending on the targeted agency. Develop a master copy that can be tailored to a government sector, project or sources sought notice as needed. Save the document with your company's name in the file name. Distribute your Capability Statement as a PDF, not in Word, PowerPoint or other format. Many federal agencies block Word and Publisher documents; a PDF file is safer, usually smaller and will stay visually consistent when emailed. You have limited space, so be sure to stress your competencies, set-aside eligibility and past performance. The five key areas included in a successful effective capability statement are: Core Competencies - this should not be everything your business is able to do. Use bullet points and short statements of your expertise as it relates to your target agency's specific needs. Differentiators - list unique factors and benefits of your products or services that set you apart from the competition. How is your business best suited for the needs of the targeted agency? A clear statement that relates to the specific needs of the agency can help the customer understand why they should choose your firm. Past Performance - list past customers for whom you have done similar work, show benefit to the customer and provide contact reference. Pictures are worth a thousand words and save space if relevant. If past projects do not relate to the targeted agency's needs, do not list them. Company data - include one or two short sentences of your company description, including number of employees and capacity. Also list DUNS, CAGE Code, NAICS codes, and any set-aside eligibility that your business holds, such as Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) Certification, HUBZone, or Small Disadvantaged Veteran-Owned Small Business (SDVOSB). Contact information - show contact information, including website and specific person's name. Readers will visit your website for more information; make sure it is constantly updated and provide ""hot link"" for direct access. List a professional email. Government agencies many times block Hotmail, Yahoo and Gmail accounts as junk mail. Your internet provider will typically offer professional addresses with your subscription. Contract Vehicles in which you participate (Federal and State) (If Applicable) Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition (see Statement of Need below). It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately.� The information should be sent to 55 CONS via e-mail to jon.hoseth@us.af.mil by 10:00AM Central Standard Time on 22 April 2022. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.� No reimbursement will be made for any costs associated with providing information in response to this announcement. PERFORMANCE WORK STATEMENT (PWS) SERVICE AND MAINTENANCE OF ENERGY MANAGEMENT AND CONTROL SYSTEM (EMCS) 23 February 2022 OFFUTT AIR FORCE BASE NEBRASKA Contents 1.�������� DESCRIPTION OF SERVICES.. 3 1.1������� BASIC SERVICES. 3 1.2������� CYBER SECURITY.. 3 1.3������� ON-SITE PREVENTIVE MAINTENANCE.. 3 TABLE 1 � SUGGESTED PM TASKS. 3 1.4������� TROUBLESHOOTING.. 4 TABLE 2 � CONTRACT DATA REQUIREMENTS LIST (CDRL) 5 2.����� ENTERPRISE BUILDING INTEGRATOR (EBI )OPERATOR TRAINING SUPPORT. 5 3.����� GOVERNMENT FURNISHED PROPERTY.. 5 4.����� QUALITY CONTROL.. 5 4.1������� QUALITY PROGRAM... 5 4.2������� INVENTORY.. 6 4.3������� RECOVERY PLAN.. 6 4.4������� DEFECTIVE SERVICES. 6 4.5������� QUALITY CONTROL PROCEEDURES. 6 4.6������� QUALITY ASSURANCE.. 6 4.7������� GOVERNMENT REMEDIES. 6 4.8������� HOURS OF OPERATION.. 6 4.9������� SECURITY REQUIREMENTS. 6 4.9.1.������� RESTRICTED AREA BADGING.. 7 4.9.2.������� LOST OR STOLEN CREDENTIALS. 7 4.10���� PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER.. 7 APPENDIX A � EQUIPMENT LIST. 8 APPENDIX B � SUGGESTED MINIMUM TRAINING.. 9 DESCRIPTION OF SERVICES The contractor shall provide all personnel, tools, supplies, equipment, and labor necessary to service and maintain the Energy Management and Control System (EMCS) at Offutt Air Force Base, Nebraska (OAFB) including the Honeywell Enterprise Building Integrator (EBI) System which is an integral part of the EMCS. BASIC SERVICES The contractor shall maintain government equipment and provide all software, hardware enhancement, and support for the EBI System located at OAFB at specified times listed in this PWS. CYBER SECURITY The contractor shall maintain and operate the EMCS in compliance with the most current Air Force Civil Engineer Industrial Control System policy guidance, instructions, and criteria.� The current policy guidance, criteria, and instruction is contained in the latest version of the Department of the Air Force Guidance Memorandum (DAFGM), Civil Engineer Control Systems Cybersecurity (DAFGM 2021-32-01 is the latest version of this item as of the writing of this contract), and Air Force Instruction (AFI) 17-101, Risk Management Framework (RMF) for Air Force Information Technology (IT). ON-SITE PREVENTIVE MAINTENANCE Contractor personnel shall be on site to perform maintenance tasks for a minimum of eight (8) hours every other week on Wednesdays. �The PM Service Report shall be emailed to the COR monthly. �EBI, workstation, and laptop backups are part of these PM tasks. �Backups shall be stored inside a locker in the EMCS office. �The contractor shall maintain the EBI database and remove all unused points and graphics as necessary. �The contractor shall update the inventory database within ten (10) calendar days of the beginning of contract, and each quarter thereafter providing the before and after point counts of the EBI database to the COR (CDRL A001). TABLE 1 � SUGGESTED PM TASKS Description Quarterly Perform full OS System backup. X Perform CMS database backup. X Perform ASCII data backup. X Perform Honeywell Server Data backup. X Perform Display Builder database back-up. X Perform Quick builder File backup. X Apply available supported updates to the EBI OS. X Review event log and archive backup. X Check all cables and connections. X Check all Disk drives for correct operation. X Check memory base & expanded for correct operation. X Check cooling fan for correct operation. X Check Channel performance. X Check device and peripheral performance. X Check subjective operator activity. X Check event archiving status if in use. X Check alarm log for recurrent alarm activity. X Run disk clean up system utility. X Check and record free space on each disk drive. X Perform Acronis image copy. X Customer agreement archive old files to free space. X Save downloadable controllers on EBI. X Record event number compare w/stack maximum value. X Analyze event log files & take appropriate action. X Test the Web EBI server is working correctly. X Apply Security Patches. X Test SQL server, send requests to other SQL client. X Check the error percentage on all channels. X Check the error percentage on all controllers. X Check communication rates of all channels with XLNET tool. X Check synchronization of databases and files. X Save the set-up & specific menus of each station. X Synch system pages & client pages with the server. X Run disk defragmenter utilities. X Store all backups in 3 separate locations. X Check & clean keyboard, mouse, monitor etc. X TROUBLESHOOTING For Normal Repair Services, the contractor shall provide trouble shooting for a repair services within normal working hours, and within two (2) business days of being informed by the CO/COR. For Emergency Repair Services, the contractor shall be able to perform trouble shooting for a repair service twenty-four (24) hours a day, seven (7) days a week.� The contractor shall provide emergency services within two (2) hours to repair the EMCS as determined by the CO/COR.� For purposes of this specification, an emergency is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or to restore essential services.� It is anticipated that this service shall be required five (5) times per year. TABLE 2 � CONTRACT DATA REQUIREMENTS LIST (CDRL) A001 List of Windows updates and Point Counts Quarterly, by 5th of following month. Microsoft Office Compatible A002 Quality Program Within thirty (30) calendar days of contract award. Microsoft Office Compatible A003 Inventory List Within thirty (30) calendar days of contract award and annually thereafter. Microsoft Office Compatible A004 Recovery Plan Within thirty (30) calendar days of contract award and annually thereafter. Microsoft Office Compatible ENTERPRISE BUILDING INTEGRATOR (EBI )OPERATOR TRAINING SUPPORT The contractor shall provide a training plan to the CO/COR to provide the following amount of training:� Two (2), four (4) hour sessions of an overview of Basic EBI training, equaling eight (8) hours of agreed upon EBI training for base personnel.� The other thirty-two (32) shall be more Advances EBI training. The base year will have two (2) training sessions and all option years will each have five (5) training sessions.� Training topics shall include items stated in Appendix B, but the training topics may be changed/updated by the CO/COR as needed.� Training shall be scheduled and conducted on mutually agreed upon dates during the first thirty (30) calendar days of each option year. GOVERNMENT FURNISHED PROPERTY No government furnished property shall be provided for this contract. QUALITY CONTROL QUALITY PROGRAM The contractor shall develop and maintain a quality program to ensure services are performed in accordance with (IAW) commonly accepted commercial practices for service and maintenance of EMCS and AFGM 2017-32-01, to include maintaining inventory, logs of access, and reports (alarms, connections, etc.).� The Quality Program (CDRL A002) shall be completed within thirty (30) calendar days of contract award. INVENTORY Conduct and maintain accurate inventory of equipment installed, added, and removed under the purview of Civil Engineer Squadron VLAN network.� The installations� Communications Squadron inventory should provide thorough awareness of existing systems from Information Technology Networking (ITN) through controller level.� The contractor shall submit equipment inventory (CDRL A003) within thirty (30) calendar days after award of contract and on an annual basis. RECOVERY PLAN The contractor shall submit a Recovery Plan (A004) within thirty (30) calendar days of award of contract.� Response and Recovery Plan should contain specific tactics, techniques, and procedures (TTP) for when adverse incidence is detected.� Such a plan may include having current backup copies of data base, spare hard drives, keyboards, disk, etc. and a written plan to install or mitigate issues. DEFECTIVE SERVICES The contractor shall develop and implement procedures to identify and prevent defective services from recurring. QUALITY CONTROL PROCEEDURES The contractor shall develop Quality Control Procedures that address and identify problems in writing to the government of hardware and software issues and conflicts within the system.� Reports and findings shall be electronic and emailed to the CO/COR for approval. QUALITY ASSURANCE The government shall periodically evaluate the contractor's performance IAW the Quality Assurance Surveillance Plan (QASP). GOVERNMENT REMEDIES The CO shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items, for contractor's failure to correct nonconforming services. HOURS OF OPERATION Normal operating hours are Monday through Friday (7:30 a.m. to 4:15 p.m.) local time, except on federal holidays.� Inspection and maintenance shall be performed during normal duty hours. SECURITY REQUIREMENTS Contractor personnel shall always obtain and possess, while on OAFB, an authorized identification (ID) card and Restricted Area Badge (only in applicable areas).� It is estimated that approximately two (2) full days of processing for these ID cards are required for each contractor employee prior to contract start date.� Each contractor employee shall be required to provide personal information to the CO or designee, prior to issuance of an ID card. �This form will be available from the CO/COR. RESTRICTED AREA BADGING The contractor shall request a United States Air Force (USAF) Restricted Area Badge (RAB) for all personnel who require unescorted entry into a restricted area(s) for specific work for the duration of the contract. �While paperwork for badges is being processed escorts will be provided by the Unit Area Functional Manager (UAFM) on an interim basis for areas that requires access. �The contractor shall request access through the CO/COR and wait no longer than twenty (20) minutes after the scheduled time for an escort to gain access into the restricted area.� It is the contractor's responsibility to fully document all cases where entry to restricted areas was not granted.� Contractor personnel shall have proper identification prior to entry into restricted areas. �It is the responsibility of each UAFM to brief all contractor personnel working in their area on procedures and policies of their restricted areas and document the briefing for their files. LOST OR STOLEN CREDENTIALS The contractor is responsible for controlling and accounting for all ID cards and RAB. �When employee(s) leave the employment of the contractor, the contractor is responsible to recover the ID cards and all other entry/security documents from the terminated employee and immediately (within one (1) duty day) deliver these items to the CO/COR.� When restricted area badges are involved notify the 55 CES Security Manager. �If loss or failure to turn in these items within ten (10) calendar days, the government shall deduct the amount of $25.00 per item, per employee from the next applicable invoice.� The fee is to cover the government's administrative and inventory cost. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER All services to be performed under this contract have been determined to be essential for performance during crisis and according to Air Force implementation thereof. �It is determined that the contractor shall be required to perform during crisis as stipulated in Section 1., unless otherwise directed by the CO/COR. APPENDIX A � EQUIPMENT LIST Contractor shall verify all equipment, serial numbers, and locations within 30 calendar days of base year of contract.� If there is a change to the list below, it will be a one for one swap of equipment and contractor will verify equipment, serial numbers and locations and submit this to the CO/COR the following quarter along with CDRL A001.� The government has the right to add/subtract up to five (5) pieces of equipment from the list at no additional cost at any time, as required to meet the needs of the Air Force. HARDWARE SERIAL # BUILDING # SERVER 301D SERVER 500 SERVER 522 SERVER 185 SERVER 301D SERVER 301D SERVER 301D SERVER 301D COMPUTER 185 COMPUTER 500 COMPUTER 518 COMPUTER 301D COMPUTER 301D COMPUTER 304 COMPUTER 185 COMPUTER 507 COMPUTER 301D COMPUTER 404 COMPUTER 457 COMPUTER 565 COMPUTER 500 COMPUTER 185 COMPUTER 288 COMPUTER 583 COMPUTER 301D COMPUTER 301D LAPTOP # 1 301D LAPTOP # 2 301D LAPTOP # 3 301D LAPTOP # 4 301D LAPTOP # 5 301D LAPTOP # 6 301D APPENDIX B � SUGGESTED MINIMUM TRAINING DDC Personnel Training 1 How to trouble shoot and identify problems within the EBI system to include communication and networking. 2 Basic EBI administration. 3 Alarm logs (all facets of alarm management). 4 How to set up a new controller on EBI. 5 Building basic graphics. 6 Creating and deleting histories and trends. 7 Creating and exporting custom reports. 8 Any other topics deemed necessary by the CO/COR.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a8bcf07681a84df9be86f1fbd7632faf/view)
 
Place of Performance
Address: Offutt AFB, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN06293846-F 20220410/220408230109 (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.