SPECIAL NOTICE
Z -- B-990 HVAC Upgrades, Balancing, Retro-commissioning
- Notice Date
- 12/29/2022 12:08:35 PM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008523R2522
- Response Due
- 1/12/2023 11:00:00 AM
- Point of Contact
- Leslie Moore, Barbara Williamson-Garris
- E-Mail Address
-
Leslie.c.moore11.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil
(Leslie.c.moore11.civ@us.navy.mil, barbara.l.williamson-garris.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE FOR HVAC UPGRADES AND RETRO-COMMISSIONING FOR THE NAVAL UNDERSEA WARFARE CENTER, BUILDING 990, LOCATED AT NAVAL STATION NEWPORT, NEWPORT, RI. _____________________________________________________________________________ THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this sources sought notice is to determine if there are commercially available and interested suppliers capable of performing the services pertaining to the following and as detailed in Attachment 2 � Technical Information: HVAC DDC Control System Manufacturer � Johnson Controls Inc. Product � Metasys Extended Architecture and Advanced Graphics base-wide DDC energy control network and JCI ADX server. Requirements - DDC system shall be capable (using gateways [which shall be provided] if necessary) of using Johnson Controls Inc. BACnet (MS/TP) communication protocol and provide a single communication bus.� This requirement applies to workstation and intelligent field panels, each of which is IP addressable.� DDC shall tie into and be compatible with existing Johnson Controls, Inc. (JCI) Metasys Extended Architecture and Advanced Graphics base-wide DDC energy control network and JCI ADX server.� Supervisory controllers shall have latest software version; at a minimum shall be at least compatible with existing ADX server.� Supervisory controllers of another product line shall not be used as a gateway to the ADX server. This is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 5 pages total) demonstrating the ability to provide the product with the specifications described above.� Interested Sources are invited to respond to this Source Sought by completing Attachment 1 � Company Information and providing product technical information and specification sheets. The Capabilities Statement Package shall not exceed 5 pages and shall ONLY be submitted electronically to Leslie Moore, leslie.c.moore11.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN THURSDAY, 12 JANUARY 2023 AT 2:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE CONSIDERED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8835e661bf244e06b61e2424ca9b00ac/view)
- Place of Performance
- Address: Newport, RI, USA
- Country: USA
- Country: USA
- Record
- SN06553438-F 20221231/221229230108 (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 |