Notice of Intent for use of Brand Name - Automated Logic DDC System
ID: W912DW-25-X-LOPMType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Special Notice regarding the intent to procure an Automated Logic Direct Digital Control (DDC) System. This procurement aims to utilize a brand name system that is critical for managing heating, ventilation, and air conditioning (HVAC) systems effectively within military facilities. The goods and services sought are essential for maintaining operational efficiency and comfort in various installations, particularly in Portland, Oregon. Interested vendors can reach out to Alysha MacDonald at alysha.a.macdonald2@usace.army.mil or call 206-764-3500 for further details.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Buy America Act Non-Availability - Mini Ductless Split System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a Mini Ductless Split System under the Buy America Act Non-Availability notice. This opportunity aims to identify suppliers capable of providing these HVAC systems, which are crucial for maintaining climate control in various military facilities. The procurement will take place in Fort Worth, Texas, and interested vendors should reach out to Shenika Lewis at shenika.m.lewis@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil for further details. This sources sought notice is part of the preliminary steps in the contracting process, and no funding amount or specific deadlines have been provided at this stage.
    Sources Sought Announcement - HVAC Controls - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting market research through a Sources Sought announcement to identify potential sources for HVAC control systems for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base, North Dakota. The procurement aims to secure Direct Digital Control (DDC), Energy Management Control Systems (EMCS), and Java Application Control Engine (JACE) systems, with a total investment anticipated between $25 million and $100 million. This initiative is crucial for ensuring the facility's operational efficiency and compatibility with existing systems, particularly favoring Honeywell products due to their familiarity among technicians and seamless integration with the base's current EMCS. Interested vendors must submit their capabilities statements by February 14, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, as all submissions will remain confidential and proprietary information will be protected.
    Sources Sought Announcement - HVAC Controls - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting market research for HVAC control systems as part of the Renovate Sijan Hall – Phase One project at the U.S. Air Force Academy in Colorado. The procurement seeks to identify sources capable of providing Direct Digital Control (DDC), Energy Management Control System (EMCS), and Java Application Control Engine (JACE) systems, with an estimated contract value for HVAC controls ranging from $800,000 to $1.1 million, within a larger construction contract valued between $100 million and $250 million. This project is critical for ensuring operational efficiency and compliance with military standards during phased renovations, which will maintain functionality while upgrading mechanical, electrical, and plumbing systems. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, ensuring adherence to specified requirements and confidentiality of proprietary information.
    Notice of Intent for Use of Brand Name - Monaco Fire Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, has issued a Notice of Intent for the use of brand name Monaco Fire Systems. This procurement aims to acquire specialized fire systems that are critical for ensuring safety and compliance in military operations. The goods sought are essential for effective fire protection and management within the specified operational environments. Interested vendors can reach out to Alysha MacDonald at alysha.a.macdonald2@usace.army.mil or call 206-764-3500 for further details regarding this opportunity.
    Software Integration Lab - Notice Of Intent - Brand Name York Chillers
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Special Notice for the procurement of York Chillers as part of the Software Integration Lab project at Altus Air Force Base in Oklahoma. This opportunity focuses on the brand-name requirement for chillers, which are critical for maintaining optimal operational conditions in various military facilities. The procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and the PSC code Y1AZ, related to the construction of administrative facilities. Interested vendors can reach out to Brian Welch at brian.j.welch@usace.army.mil or call 918-669-7652 for further details, while Julie S. Hill is available at julie.s.hill@usace.army.mil or 918-669-7699 for additional inquiries.
    AC Ductless PM, Repair and Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract titled "AC Ductless PM, Repair and Replacement," aimed at providing preventive maintenance, repair, and replacement services for ductless split air conditioning systems at various Army installations in Hawaii. The contractor will be responsible for ensuring compliance with applicable laws and regulations while delivering services that include routine maintenance, emergency repairs, and thorough documentation of work performed, all under a Total Small Business Set-Aside initiative. This contract, valued at approximately $19 million, emphasizes the importance of maintaining high-quality service standards and safety protocols in facility operations. Interested parties must submit their proposals by February 21, 2025, and can direct inquiries to Travis Tonini at travis.c.tonini.civ@army.mil or Melena D. Faxon at melena.d.faxon.civ@army.mil.
    Offutt AFB HVAC Control System Upgrade
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
    DDG CLASS SHIP - LLTM REPAIR KIT, ELECTRICAL SYSTEM
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center of the Department of the Navy, is seeking sources for the procurement of the DDG Class Ship - LLTM Repair Kit for the electrical system. This opportunity involves the manufacturing of air-conditioning and warm air heating equipment, which is critical for maintaining the operational readiness of naval vessels. The place of performance for this contract will be in San Diego, California, and interested parties can reach out to Jamie Devera at jamie.m.devera.civ@us.navy.mil or by phone at 619-879-7782, or Cynthia Urias at cynthia.y.urias.civ@us.navy.mil or 619-726-5741 for further details.
    41--AIR CONDITIONER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for air conditioning units under a Combined Synopsis/Solicitation. The procurement focuses on air and gas compressor manufacturing, specifically targeting equipment classified under the PSC code 41, which pertains to refrigeration and air conditioning/circulation equipment. These units are critical for maintaining operational efficiency and comfort in various military settings. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and are encouraged to submit their proposals promptly to meet the procurement timeline.
    41--VARIABLE ORIFICE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of variable orifice equipment under a total small business set-aside. This solicitation aims to acquire air-conditioning and warm air heating equipment, as well as commercial and industrial refrigeration equipment, which are critical for maintaining operational efficiency in various military applications. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, which can be accessed via the DLA's DIBBS website. The procurement process emphasizes small business participation, and potential bidders are encouraged to review the solicitation details thoroughly to ensure compliance with all requirements.