Facility Related Control Systems, Direct Digital Controllers utilizing Automated Logic Corporation (ALC) software, Hampton Roads, VA AOR
ID: N4008525ML001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

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

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command Mid-Atlantic, is conducting a Sources Sought Notice to identify potential sources for Facility Related Control Systems (FRCS) utilizing Automated Logic Corporation (ALC) software in the Hampton Roads, Virginia area. The procurement aims to acquire Direct Digital Controllers capable of managing HVAC systems, integrating with existing Energy Management Control Systems, and obtaining necessary cybersecurity certifications. This initiative is part of a broader effort to streamline operations and maintain a consistent cybersecurity posture across various installations from Fiscal Year 2025 to 2030. Interested parties are encouraged to submit their company information and technical capabilities to Holly Manning at holly.manning@navy.mil by 2:00 PM EST on October 11, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as a Sources Sought Information form intended for companies interested in responding to federal contracts. It collects key details about the company, including its name, contact information, NAICS and CAGE codes, and size classifications such as small business or large business. The form requires prospective contractors to specify their workforce size, annual revenue, and preferred bidding strategy (e.g., prime contractor, subcontractor, or joint venture). Additionally, companies must confirm their registration in the System for Awards Management (SAM) database and provide information about their bonding capacity. This data is essential for the federal government to gauge potential bidders' capabilities and qualifications for upcoming projects, ensuring compliance with federal procurement requirements. Overall, the document facilitates the gathering of crucial information to support efficient contract management in federal, state, and local solicitations.
    Similar Opportunities
    Facility Related Control Systems, Direct Digital Controllers utilizing Siemens Inc. software (Apogee), NAVSTA Great Lakes
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is conducting a Sources Sought Notice to identify potential sources for Facility Related Control Systems (FRCS) utilizing Siemens Inc. software (Apogee) for Direct Digital Controllers at Naval Station Great Lakes, Illinois. The procurement aims to acquire HVAC system controllers that can integrate with existing Energy Management Control Systems and meet specific cybersecurity and operational requirements. This initiative is crucial for maintaining efficient building operations and ensuring compliance with Department of Defense standards. Interested parties must submit their responses, including company information and technical capabilities, to Holly Manning at holly.manning@navy.mil by 2:00 PM EST on October 18, 2024.
    I/O and PLC Hardware
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure various programmable logic control (PLC) hardware components through a Basic Ordering Agreement (BOA) with Rockwell Automation INC. This procurement is part of a follow-on effort to meet the Navy's specific requirements, with the intention to award the contract in the first quarter of FY25. The goods are critical for the Navy's operational capabilities, and the government has determined that Rockwell Automation is the only responsible source capable of fulfilling these needs. Interested parties may express their interest and capability by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166, although this notice is not a request for competitive proposals. Proposals must adhere to the outlined specifications and submission formats detailed in the associated Request for Proposal (RFP), with a focus on compliance and a Small Business Subcontracting Plan for larger businesses.
    REQUEST FOR INFORMATION AND INDUSTRY FORUM ANNOUNCEMENT - CONTROL SYSTEMS AND CYBERSECURITY INDUSTRY FORUM
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE - DEPT OF THE ARMY is requesting information and hosting an Industry Forum for Control Systems and Cybersecurity. This forum, sponsored by the Tri-Services Standards & Criteria Program, aims to gather input for future specification and criteria efforts. The U.S. Army Corps of Engineers Construction Engineering Research Laboratory Building Energy Systems Team is seeking industry input on topics related to Unified Facilities Criteria (UFC) or Unified Facilities Guidance Specification (UFGS) for facility-related control systems. They are also interested in emerging FRCS-related technologies, ongoing standard organization efforts, and any specific topics of interest for the Industry Forum agenda. Interested parties should submit their information to IndustryForum1@usace.army.mil by October 31, 2024. The Industry Forum will take place in December 2024 at Humphries Engineer Center Support Activity (HECSA) in Ft. Belvoir, VA.
    PLC and various hardward
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to procure various programmable logic control (PLC) hardware components under a Basic Ordering Agreement (BOA) with Rockwell Automation, Inc. This procurement is a follow-on effort, emphasizing the need for specific hardware that only Rockwell Automation can provide, as determined by the government under FAR 6.302. The contract is critical for maintaining operational capabilities within the Navy, and the award is expected to be made in the first quarter of FY25. Interested parties may express their interest and capabilities by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166 before the closing date of the synopsis.
    I/O Module and Steering PLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure various programmable logic control hardware components under a Basic Ordering Agreement (BOA) with Rockwell Automation INC. This procurement specifically focuses on Input/Output (I/O) modules and steering PLCs, which are critical for the operational capabilities of naval systems. The government intends to award the contract in the first quarter of FY25, emphasizing that Rockwell Automation is the only responsible source capable of fulfilling these requirements. Interested parties may express their interest and capability by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166, although this notice is not a request for competitive proposals.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.
    Air condition, Equ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of air conditioning equipment, specifically NSN 4120-01-583-4350. The contract will involve a firm fixed price for a quantity of 36 units, with delivery expected within 204 days after receipt of order. This equipment is classified as a critical application item, and the procurement is unrestricted, allowing for competition among qualified vendors. Interested parties should note that the solicitation is anticipated to be issued around October 13, 2024, with a closing date on or about November 13, 2024. For further inquiries, potential bidders can contact Sharon Hall at 804-279-3266 or via email at Sharon.Hall@dla.mil.
    AN/ALQ-99 Low Band Consolidation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential vendors capable of manufacturing Low Band Consolidation (LBC) Transmitters, repairing Government Furnished Material (GFM) components, and procuring LBC spares. This sources sought notice is intended for market research purposes only and does not constitute a request for proposal; therefore, no funding is available for responses. The anticipated contract will be a Firm Fixed Price (FFP) agreement with a performance duration of up to 60 months, expected to commence no later than December 2025. Interested vendors must submit detailed capability statements, demonstrating their ability to meet program management, engineering management, and testing requirements, while also highlighting their capacity to perform at least 50% of the work as a small business if applicable. For inquiries, vendors can contact Riley Stanton at riley.n.stanton.civ@us.navy.mil or Shayne Kenny at shayne.p.kenny.civ@navy.mil.
    H-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information regarding the procurement and sustainment of a new Environmental Control System (ECS) to replace the existing vapor cycle refrigeration system in the H-65 helicopter. The Coast Guard aims to identify ECS solutions that are lighter in weight and provide greater cooling capacity, with a focus on future avionics upgrades and compliance with specific design and integration requirements. The H-65 helicopter is crucial for short-range search and rescue operations, and the new ECS will enhance its operational capabilities. Interested suppliers must submit their responses by October 16, 2024, to Alyson Harrison at alyson.s.harrison2@uscg.mil, referencing RFI number 70Z03825IB0000001.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.