SOURCES SOUGHT
99 -- Determine the availability of Facility Related Control Systems building heating, ventilating, and air conditioning system Direct Digital Controllers with described salient characteristics in support of projects at NWS Earle.
- Notice Date
- 11/29/2022 7:26:24 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523ML017
- Response Due
- 12/13/2022 11:00:00 AM
- Point of Contact
- Holly N. Manning, Phone: 7573410078
- E-Mail Address
-
holly.manning@navy.mil
(holly.manning@navy.mil)
- Description
- Naval Facilities Engineering Systems Command, Mid-Atlantic (NAVFAC MIDLANT), is issuing this Sources Sought Notice for market research purposes only. This notice does NOT constitute a request for proposal, quote, and/or invitation for bid. The purpose of this notice is to determine the availability of Facility Related Control Systems (FRCS) building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers with the following salient characteristics from responsible sources: 1. Capability of controlling Heating, Ventilating, and Air-Conditioning (HVAC) systems. 2. Capability of being operated using Honeywell WEBs licensed software for their configuration and programming to create, modify, and download control programming, database, graphics, and controller configuration files and shall be installed by manufacturer authorized/trained/certified companies and individuals. 3. Capability to connect to the Building Automation Network (BAN) at Naval Weapons Station Earle, Colts Neck, New Jersey. 4. Capability to obtain and maintain Authority to Operate (ATO) certification in accordance with Department of Defense Instruction (DODI) 8500.01 and DODI 8510.01. BACKGROUND: NAVFAC MIDLANT is working on a Class Justification and Approval (J&A) for various projects at Naval Weapons Station Earle, Colts Neck, New Jersey. This Class J&A would authorize the inclusion of brand-name specifications, under the authority of 10, U.S.C. 3204(a)(1) for Direct Digital Controllers utilizing Honeywell software for Configuration/Programming and for Connection to the BAN located at Weapons Station Earle, Colts Neck, New Jersey. �It is anticipated that the proposed Class J&A will cover various construction projects from Fiscal Year (FY) 2023 to 2026. �The Honeywell (Niagara-based) Building Management System (BMS) is a type of Direct Digital Controller (DDC) System that monitors and controls the HVAC system for a building. �The Honeywell BMS consists of several hardware components including, but not limited to; WEB-8000 controllers, general purpose controllers, unitary controllers, BACnet controllers, VAV controllers and zone controllers. �The Honeywell BMS also consists of the software necessary to operate the system in addition to allowing the integration of multiple Honeywell Building Management Systems. �Further technical specifications pertaining to the Honeywell BAS can be found on Honeywell�s website at: https://buildings.honeywell.com/us/en/brands/our-brands/bms/ Based on internal Government research, the following was found to be sufficient preliminary rationale to permit other than full and open competition under the authority of 10, U.S.C. 3204(a)(1), Only One Responsible Source/Limited Number of Sources and No Other Type of Property or Services Will Satisfy the Needs of the Agency. 1. Establish and maintain a defensible cybersecurity posture. 2. Maximize utilization of existing government-licensed software to configure and program the controllers. 3. Maintain installation networked facilities control and monitoring system so that all controllers can be programmed from a central station versus a hybrid system composed of many different controllers and associated configuration/programming software 4. Avoid the significant operational burden and cost of having maintenance and engineering staff become proficient with the configuration, programming, commissioning, operation, and maintenance of controllers from multiple manufacturers. INSTRUCTIONS TO INTERESTED PARTIES: Please note that this is not a Request for Proposal (RFP), a promise to contract, or a commitment of any kind on the part of the Government. There will be no debrief, evaluation letters, and/or results to be issued to interested parties that choose to respond.� Information obtained from this Sources Sought Notice is for market research purposes to determine whether another companies� similar products can meet, or be modified to meet, the Governments needs which will facilitate the decision making process. All information received in response to this Sources Sought Notice marked or designated as proprietary information will not be released outside the Government. The Government shall not reimburse or assume any cost incurred by interested parties that respond to this notice. Interested parties shall provide the following: 1. Company Information � Attachment 1 2. Direct Digital Controllers Technical Information: Provide a list of commercially available direct digital controllers, manufactured by your organization, for which Honeywell software (WEBs) have been utilized to create, modify, and download control programing, database, graphics, and controller configuration files. Include the following information for each controller: a. Model Number, Catalog Number, Code Number, or equivalent model designation b. Product Description c. Controller Application (please specify): �Building Level Controller� or �Zone Controller� or �Equipment Controller� or �Other' d. Communications Protocol: �BACnet� e. Manufacturer's technical data sheets. 3. Experience (3 pages maximum): Identify one (1) to three (3) installed systems Honeywell software (WEBs) has been used to successfully program and configure non-Honeywell direct digital controllers presented under item 1 above, which serve Heating, Ventilating, and Air Conditioning (HVAC) systems. For each project, provide: a. Customer Point of Contact including name, phone number, and email b. Narrative Description of the product/services provided by your organization c. If available, Project information including title, project location (city/state), procurement contract number, and contract value. Responses to this notice shall be sent electronically to Holly Manning, Contract Specialist, at holly.n.manning.civ@us.navy.mil no later than 2:00pm EST on December 13, 2022. Hardcopy or facsimile submissions shall not be accepted or considered by the Government. Responses received after the deadline or without the required information shall not be considered by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee78a20c17c743a596f26d8fb616407d/view)
- Place of Performance
- Address: Colts Neck, NJ, USA
- Country: USA
- Country: USA
- Record
- SN06530288-F 20221201/221129230112 (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 |