SOLICITATION NOTICE
J -- 1 year of coverage of the Heating Ventilation and Air Conditioning (HVAC) system and Building Automation System (BAS)
- Notice Date
- 10/15/2025 9:21:26 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC25C0067
- Response Due
- 11/13/2025 2:00:00 PM
- Archive Date
- 11/13/2025
- Point of Contact
- Ingram, Mark, Phone: 513-569-7193
- E-Mail Address
-
Ingram.Mark@epa.gov
(Ingram.Mark@epa.gov)
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION In accordance with FAR Subpart 6.302-1 for 1 Year of Service for BAS and HVAC Equipment for EPA Ada Identification of the agency and contracting activity. United States Environmental Protection Agency (EPA), Office of Mission Support (OMS), Office of Acquisition Solutions (OAS), Cincinnati Acquisition Division (CAD) The nature and/or description of the action being approved: This is a justification for other than full and open competition in soliciting a new firm-fixed price contract requirement to provide 1 year of coverage of the Heating Ventilation and Air Conditioning (HVAC) system and Building Automation System (BAS) for the Main Building, Annex, and the Library Conference Center (LCC) .. A description of the supplies or services required to meet the agency�s needs (including the estimated value): The EPA requires one year of regular maintenance and repair on the HVAC system and BAS for the Main Building, Annex, and LCC that are owned and maintained by Johnson Controls (JCI), Inc. in accordance with the facility Energy Savings Performance Contract (ESPC). The current 25-year ESPC contract at the Ada facility expires on September 27, 2025, and EPA assumes control of these systems on September 28, 2025. The Johnson Controls proprietary systems consist of a 300+ ton ground source heat pump well field incorporating one-cell of the existing two-cell cooling tower. Supplementing the cooling load for the building is a 125-ton dual compressor electric chiller located in the penthouse. The ground source heat pump system incorporates five (5) cooling/heating water-to-water heat pumps, one (1) heating only water-towater heat pump and ninety-five (95) small heat pumps (water source) primarily feeding the office areas of the facility. The five (5) large water-to-water heat pumps feed four (4) main Air Handling Units (AHU�s) in the penthouse that feed make-up air to the office heat pumps and supply air to the laboratories (two of the laboratory AHU�s run continuously with one of the AHU�s being redundant). The AHU�s use a passive heat pipe to pre-heat the incoming outside air with the exhaust stream from the laboratories. Laboratory air is exhausted by a set of three (3) strobic exhaust fans; two running continuously with one redundant. The estimated value for this action, assuming the exercise of all potential options is $500,000.00. An identification of the statutory authority and FAR provision permitting other than full and open competition: The statutory authority permitting other than full and open competition is 41 U.S.C. �3304(a)(2) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 �Only one responsible source and no other supplies or services will satisfy agency requirements.� A demonstration that the proposed contractor�s unique qualifications or the nature of the acquisition requires use of the authority. Johnson Controls, Inc. is the manufacturer of the Metasys Building Automation System serving our facilities. Johnson Controls direct service branch office is the only channel authorized by Johnson Controls to perform maintenance on Metasys equipment. Metasys equipment is a part of Johnson Controls' building automation system that helps manage a building's energy, lighting, HVAC, security, and protection systems. Metasys equipment includes: Field Equipment Controllers (FECs) These controllers are designed to monitor and control HVAC equipment and can be used for simple fan coil or heat pump control, or more advanced central plant management. FECs have 32-bit microprocessors, peer-to-peer communications, and an optional LCD screen user interface. Advanced Application Field Equipment Controllers (FACs) These controllers can persist data, which is useful for situations that require greater data accuracy, such as utility data collection and billing. Some FAC models can integrate into third-party systems and Johnson Controls' systems. Variable Air Volume Modular Assembly (VMAs) These controllers are programmable digital controllers that are designed for VAV applications. Input/Output Modules (IOMs) These modules can be used in combination with Metasys FECs for a variety of building management applications. Critical Environment Equipment Controller (CCM09090) This controller has PID loops that are 3.75 times faster than average, and an analog input that refreshes 10 times faster than average. Metasys equipment is designed to communicate through standard RS485 BACnet MS/TP protocol. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by subpart 5.2 and, if not, which exception under 5.202 applies: In accordance with FAR 6.302-1(d)(2), the Synopsis/Intent to Sole Source required by FAR 5.201 was published on July 24, 2025, and no capability statements, proposals, or quotations were received by the agency. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable Johnson Controls, Inc. has performed previous projects for the EPA Robert S. Kerr Campus and other EPA facilities, providing fair and reasonable pricing for past professional services. The contracting officer determines that the anticipated cost to the Government will be fair and reasonable because a complete analysis of all costs using audits, commerciality, previous history, or other appropriate means will be fully utilized prior to award. A description of the market research conducted and the results or a statement of the reason market research was not conducted: Preliminary market research was not conducted given the specific needs and circumstances of this requirement, as it is the Agency�s belief that no contractor other than Johnson Controls, Inc. can satisfactorily perform these services. Johnson Controls, Inc. is the sole source to perform maintenance and repair on Metasys equipment. A copy of the Request for Quotation and this Limited Source Justification will be posted on GSA e-Buy in accordance with the posting requirements in FAR 8.4056(b)(3)(i) Any other facts supporting the use of other than full and open competition. N/A A listing of any sources that expressed a written interest in the acquisition. An intent to sole source has not been posted. A statement of any actions the agency may take to remove or overcome any barriers to competition if subsequent acquisitions are anticipated. It is the best value to the Government to have Johnson Controls, Inc. continue to service the previously reference mechanical systems as they are the sole source to perform maintenance and repair on Metasys equipment. Certification The information contained in this justification for other than full and open competition is certified accurate and complete to the best of my knowledge and belief.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3a4b6b6d863f465d95f5e3a7452c26f9/view)
- Record
- SN07618890-F 20251017/251015230034 (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 |