#2 Ramstein AB EMCS Controller Upgrades and Integration
ID: FA561324Q0035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5613 700 CONS PKAPO, AE, 09021-3076, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade and integration of Energy Management Control System (EMCS) controllers at Ramstein Air Base in Germany. The project involves replacing existing Siemens and Honeywell systems with new BACnet/IP controllers, ensuring compliance with technical and safety regulations, and integrating these systems into the central monitoring application while minimizing downtime. This initiative is crucial for enhancing energy management capabilities and operational efficiency at the base. Interested vendors must submit their quotes by September 16, 2024, and can direct inquiries to Ms. Cevonia Joshua at cevonia.joshua.1@us.af.mil or SSgt Christian Leyva Meraz at christian.leyva_meraz.1@us.af.mil.

    Point(s) of Contact
    Ms. Cevonia Joshua
    cevonia.joshua.1@us.af.mil
    SSgt Christian Leyva Meraz
    christian.leyva_meraz.1@us.af.mil
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for upgrading building controllers to BACnet/IP at Ramstein Air Base in Germany. The primary objective is to replace existing building controllers with new BACnet/IP compliant equipment across several buildings, ensuring integration into the central Energy Management Control System (EMCS). Key responsibilities include dismantling old systems, running Ethernet cabling, programming, and testing the newly installed controllers, ensuring compliance with various technical standards and regulations. The contractor must have qualified personnel with relevant training, and all procedures must adhere to both U.S. Department of Defense and German regulations. Documentation requirements, including test certificates, warranty services, and operational reports in both German and English, are specified. Environmental considerations are emphasized, requiring compliance with sustainability practices. The contractor is also tasked with minimizing operational downtime and coordinating work schedules in consultation with a designated government representative. This SOW indicates the government's intent to enhance operational efficiency at military installations through modernized building systems, emphasizing safety, compliance, and environmental stewardship in the process.
    The document outlines the Statement of Work (SOW) for upgrading building controllers at Ramstein Air Base, Germany, to BACnet/IP standards for integration into the Energy Management Control System (EMCS). The scope includes dismantling existing Siemens and Honeywell systems, installing new BACnet/IP controllers, and ensuring compliance with various technical and safety regulations. Key tasks involve reprogramming controllers, establishing Ethernet connections, and integrating them into the central monitoring system while minimizing system downtime. The contractor is required to follow specific German and DoD standards, provide documentation, and ensure all personnel possess the necessary qualifications. Additionally, the contractor must coordinate work schedules with a designated Government representative and handle any damages to U.S. Government property promptly. Environmental considerations are emphasized throughout, including waste disposal which must comply with German laws. The SOW also mandates robust safety and quality assurance practices, with regular evaluations by the U.S. Government. Overall, the document serves as a comprehensive guide for contracted services aimed at modernizing building controls, ensuring effective performance in compliance with established standards and protocols.
    The memorandum issued by the 86th Airlift Wing of the Department of the Air Force addresses inquiries related to Solicitation FA561324Q0035, focusing on the replacement and reprogramming of HVAC controllers across specific buildings. It clarifies that all three HVAC controllers in Bldg. 422 need replacement and that the entire control cabinet in Bldg. 2140 is included in the scope of work due to its defectiveness. Additionally, all 14 existing BACnet/IP controllers in the ventilation system will require reprogramming. The memo serves to inform interested parties about these critical specifications and the necessary actions for the HVAC system upgrades. For further questions, the contact details for the Contract Specialist and Contracting Officer are provided. The notice underscores the importance of clear communication within the procurement process for government contracts.
    The document outlines a solicitation for a contract related to Women-Owned Small Businesses (WOSB) focused on providing commercial products and services for building controller upgrades to BACnet/IP systems. The solicitation includes essential details like requisition numbers, contractor information, delivery timelines, and a comprehensive schedule of supplies and services, involving the replacement and reprogramming of existing controllers at multiple buildings. The contractor is expected to comply with specified terms and conditions, including various FAR and DFARS clauses that govern the contract execution, ensuring adherence to labor laws, environmental standards, and cybersecurity safety protocols. The contract emphasizes the integration of new building systems into a central monitoring application and mandates inspections for compliance with the Statement of Work. Furthermore, provisions for payment, invoicing, and the management of contract modifications are clearly described. Overall, the document serves as a formal invitation and framework for WOSB to submit proposals for the specified projects, supporting the federal initiative to promote participation from small and disadvantaged business sectors in government procurement.
    The document serves as an amendment to a solicitation process, extending the submission deadline for offers from September 10 to September 16, 2024, while also providing a question-and-answer document for interested vendors. Offerors are permitted to submit further questions up until September 9, 2024. It outlines instructions for acknowledgment of the amendment and modifications to contract provisions, emphasizing that failure to submit an acknowledgment may result in offer rejection. Additionally, the document sets forth specific requirements for contractors regarding past performance information and a technical approach for implementing energy management control systems (EMCS) with BACnet/IP protocols in German infrastructures. Offerors are required to provide relevant past performance evidence from the last five years and a concise technical plan no longer than four pages, detailing their installation and integration strategies. The amendment maintains that all prior terms remain effective unless explicitly changed, ensuring continuity throughout the solicitation process.
    This document is an amendment to a federal solicitation, specifically related to the addition of field software licenses and training requirements. It sets forth instructions for offerors on how to acknowledge receipt of the amendment, emphasizing that failure to do so before the specified deadline may result in rejection of offers. The amendment extends the date for proposals but clarifies that all other terms and conditions remain unchanged. A section details the contractor's responsibilities regarding acknowledgment, modifications, and the procedures for submitting changes to an offer. Additionally, it lists attachments such as the revised Statement of Work and other operational guides related to telecommunications at Ramstein Air Base, which support the updated requirements. The key purpose of the amendment is to clarify the new specifications important for procurement activities, demonstrating a structured approach to government contracting that engages different stakeholders in compliance with federal guidelines. Overall, this document exemplifies the federal process of amending solicitations to ensure clarity and adaptation to evolving project needs.
    The Ramstein Air Base Telecommunications Installations Guide provides essential standards and guidelines for the installation of telecommunications infrastructure to support military operations. Serving as a planning tool for civil engineering and construction contractors, the document outlines technical specifications, regulations, and procedural standards necessary for uniform installation practices at Ramstein Air Base. Key sections include planning and design protocols, which require adherence to international standards and local regulations, as well as guidelines for primary, secondary, and tertiary cabling systems. It emphasizes quality assurance and includes requirements for telecommunications spaces, grounding and bonding, and the use of approved materials. Further, the guide details the construction process, mandating specific equipment and maintenance protocols to ensure the integrity of classified and unclassified telecom networks. It highlights the necessity for coordination with technical authorities during project execution and includes regulations for hazardous installations, fiber and copper cabling, and infrastructure inspections. Overall, this comprehensive guide aims to ensure that telecommunications systems at Ramstein Air Base meet high operational standards while maintaining security and compliance with military protocols, ultimately enhancing mission readiness in the facility.
    The document pertains to the classification and labeling systems implemented at Ramstein Air Base, specifically the TYFR classification framework. It outlines the identification codes for various facilities and equipment using detailed coding structures, including aspects such as building types, operational functions, and electrical components. The classification adheres to VDI 3814 and VDE/IEC standards, which emphasize functional and geographical characteristics of the systems. Key areas covered include a structured inventory of different locations within and around the air base, types of buildings, and specific technical equipment such as automation stations, building automation systems, and emergency services equipment. Each part is precisely coded, allowing for systematic documentation and management. This comprehensive labeling is crucial for maintaining operational efficiency, safety compliance, and regulatory adherence in governmental construction and infrastructure projects. The classification system ensures effective maintenance and coordination in complex environments like military bases, where various technical functions and safety protocols must be in place.
    The Department of the Air Force has issued Guidance Memorandum DAFGM2023-32-01, focusing on cybersecurity for Civil Engineer (CE)-owned control systems. This document re-establishes the cybersecurity policies and frameworks for ensuring the protection of control systems, which are essential for monitoring and managing infrastructure and support systems. Key elements include unique operational characteristics of control systems, policies for risk mitigation, and defined roles and responsibilities for personnel involved in cybersecurity assessments and implementations. The memorandum underscores the importance of maintaining an accurate inventory of control systems, implementing continuous monitoring practices, and adhering to the Risk Management Framework (RMF) while integrating cybersecurity into construction and maintenance contracts. Furthermore, it mandates the use of open protocols to avoid vendor lock-in and outlines stringent requirements for hardware, software, patch management, and incident response to enhance cybersecurity across the Air Force installations. This defines a proactive approach to cybersecurity, emphasizing risk management and the vital role of cybersecurity in supporting the Air Force's core missions and operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Meter Data Management System (MDMS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for a contract to operate, enhance, and sustain the Meter Data Management System (MDMS) in Huntsville, Alabama. The primary objectives of this procurement include delivering reliable meter data, normalizing energy consumption data across facilities, providing user-friendly tools for energy program managers, and ensuring compliance with applicable laws and regulations. This initiative is crucial for improving energy efficiency within military operations and leveraging advanced technologies to support sustainable energy practices. The contract is a Firm-Fixed Price Indefinite Delivery Contract with a maximum value of $43 million over five years, including one base year and four option years. Interested parties should contact Benjamin Hoell at benjamin.g.hoell@usace.army.mil or call 978-318-8084, with proposals due by September 17, 2024.
    820 RHS HVAC Units
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of HVAC units for the 820th Red Horse Squadron at Nellis Air Force Base, Nevada. The requirement includes three specific Trane HVAC systems: a 25-ton and a 15-ton dedicated outdoor air system, as well as a 3-ton split type system, all designed to meet stringent mechanical and plumbing standards for federal facilities. This procurement is crucial for enhancing indoor air quality and temperature control, ensuring compliance with high-performance building standards. Interested small businesses must submit their quotes electronically by September 18, 2024, at 1000 PDT, to Amber Rivera at amber.rivera.2@us.af.mil, and must be registered in the System for Award Management (SAM) database to be eligible for contract award.
    Fuels Special Handling Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Fuels Special Handling Equipment to be delivered to Ramstein Air Force Base in Germany. This solicitation, identified by number F3N0614131AW10, requires vendors to provide a range of tactical equipment and apparel, including helmets, headsets, and combat clothing, all of which must comply with safety standards outlined in T.O. 00-25-172. The equipment is crucial for ensuring operational readiness and safety for specialized personnel. Interested vendors must submit their quotes by September 18, 2024, including documentation of past performance and compliance with Federal Acquisition Regulations, with all submissions directed to Wilfredo Padilla Flores at wilfredo.padillaflores@us.af.mil.
    AC/DC Power Upgrade at 374 CS Sasebo Naval Base Site Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an AC/DC power upgrade project at the 374th Communications Squadron located at Sasebo Naval Base in Japan. The contractor will be responsible for replacing existing rectifiers, inverters, AC/DC breakers, and installing nine power distribution units (PDUs) in Building 1536, ensuring compliance with the Statement of Work (SOW) and local standards. This project is critical for enhancing the electrical infrastructure to support essential operations and maintain reliable power supply for military communications. Interested contractors must acknowledge receipt of the solicitation amendments and submit their proposals by September 18, 2024, to Naotsugu Kono at naotsugu.kono.jp@us.af.mil or Izumi Ito at izumi.ito.jp@us.af.mil.
    Improved Environmental Control Units (9K/18K/36K IECU’s)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the procurement of Improved Environmental Control Units (IECU) under a hybrid indefinite-delivery/indefinite-quantity (IDIQ) contract. The objective is to develop, produce, and deliver a new generation of IECUs that replace outdated models, ensuring compliance with environmental regulations by utilizing non-ozone-depleting refrigerants. These units are critical for maintaining operational readiness in military applications, providing efficient climate control in various environments. Interested contractors must submit their proposals by September 19, 2024, with a contract value projected between $1,000 and $450 million over a potential ten-year period. For further inquiries, contact Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil or Christine Halamoutis at christine.m.halamoutis.civ@army.mil.
    3 Ton Heat Pump
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the installation of a 3 Ton Heat Pump at Goodfellow Air Force Base in Texas. The procurement involves removing an existing unit and installing a new wall-mounted heat pump, adhering to the specifications outlined in the Statement of Work and Salient Characteristics documents. This project is crucial for maintaining climate control in training environments and supports the Air Force's operational efficiency. Interested small businesses, particularly those that are economically disadvantaged women-owned entities, must submit their quotes by September 23, 2024, at 12:00 PM CST, and can direct inquiries to Contract Specialist A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or (325) 654-4422.
    Wright Patterson Air Force Base (WPAFB) HVAC, AHUs and Chillers B271
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the repair of HVAC systems, specifically air handling units (AHUs) and chillers, at Wright-Patterson Air Force Base (WPAFB) in Ohio. The project involves the replacement of AHUs 1, 2, 4, and 5, along with the relocation of exterior chillers, and is classified as a Design-Bid-Build effort with an estimated construction cost between $5 million and $10 million. This procurement is crucial for maintaining operational efficiency and compliance with safety and environmental standards, particularly concerning the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals electronically by September 17, 2024, at 1:00 PM EST, and can direct inquiries to Brandon Gatz at brandon.h.gatz@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as integrating monitoring systems with the base's Energy Management Control System (EMCS). This project is critical for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    Barkley Powerhouse Replace HVAC, Zone 3
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the replacement of the HVAC system at the Barkley Powerhouse in Kuttawa, Kentucky. This project involves the installation of a new 10-ton air conditioning unit and associated systems, with a completion timeline of 120 calendar days post-award. The procurement is significant for maintaining operational efficiency and compliance with safety standards at the facility. Interested small businesses must submit their quotes by September 20, 2024, at 1300 hours Central Time, and can contact Cierra Vega at cierra.r.vega@usace.army.mil or Samantha Bedard at samantha.j.bedard@usace.army.mil for further information.