Maintenance and Repairs of Building Monitoring Systems (BMS)
ID: W912CM24R0003_Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0409 AQ HQ CONTRACT =APO, AE, 09005, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the maintenance and repair of Building Monitoring Systems (BMS) at the U.S. Army Garrison Wiesbaden in Germany. The contract, identified as W912CM24R0003, encompasses preventive maintenance, on-demand repairs, and system upgrades, with a total estimated value ranging from EUR 25,000 to EUR 5,253,620 over a 57-month period. This procurement is crucial for ensuring the operational efficiency and compliance of the Army's facilities with both U.S. and German regulations, particularly in relation to Honeywell systems. Interested contractors must submit their proposals by September 13, 2024, and are required to register in the System for Award Management (SAM) database prior to submission. For further inquiries, potential bidders can contact Christopher Wester at christopher.m.wester.civ@army.mil or Andrew Green at andrew.w.green17.civ@army.mil.

    Files
    Title
    Posted
    The FY 2023-2024 Inspector General (IG) FISMA Reporting Metrics document outlines the Office of Management and Budget's (OMB) guidance for implementing the Federal Information Security Modernization Act (FISMA). It details the process for IGs to evaluate the effectiveness of information security programs and their practices across federal agencies. The guidance emphasizes transitioning to a continuous assessment model and incorporates core and supplemental metrics for evaluating agency performance in cybersecurity areas aligned with the NIST Cybersecurity Framework. Key metrics have been updated to reflect new requirements aimed at enhancing risk management capabilities, supply chain security, and incident response. The document presents a maturity model with five levels to assess the effectiveness of security protocols, pushing agencies towards achieving high-security standards. The submission deadline for reporting is set for July 31, 2023. A comprehensive evaluation guide is included to promote consistency among IG assessments, encouraging the use of evidence and clear communication of findings regarding an agency's cybersecurity posture. This initiative reflects the federal government's commitment to strengthening national cybersecurity and managing risks effectively across agencies.
    The FY 2023 CIO FISMA Metrics document outlines the requirements for federal agencies under the Federal Information Security Modernization Act (FISMA) of 2014, emphasizing the need for robust information security protections commensurate with risks. It serves to monitor and enhance the implementation of cybersecurity policies, with a collaborative role undertaken by the Office of Management and Budget (OMB) and the Cybersecurity and Infrastructure Security Agency (CISA). Key metrics include the enumeration of operational unclassified information systems categorized by their impact levels (high, moderate, low) and analysis of hardware assets, including government-furnished equipment (GFE). Agencies are required to report on their use of multifactor authentication, encryption practices, and overall log management capabilities, signifying compliance with Executive Orders aimed at improving national cybersecurity. The document emphasizes the necessity for agencies to adopt advanced cybersecurity practices, including the identification of critical software, implementation of IPv6, and the establishment of effective patch management processes. It also details workforce staffing for cybersecurity roles and the evaluation of incident response and recovery plans. Overall, the CIO FISMA Metrics serve as a framework for federal agencies to assess and report their cybersecurity status, enhancing collective cybersecurity resilience across the federal landscape.
    FIPS PUB 199 outlines standards for the security categorization of federal information and information systems, emphasizing the critical nature of information security in government operations. Issued by the National Institute of Standards and Technology (NIST), it establishes a framework to categorize information based on potential impacts relating to confidentiality, integrity, and availability. It mandates federal agencies to assess and categorize their information and systems, creating consistent standards for managing and reporting information security to oversight bodies. The document defines three levels of potential impact: low, moderate, and high, for each security objective, detailing how breaches could affect organizational operations and individuals. It stresses that categorizations help in effective information management, security oversight, and compliance with federal regulations, including those arising under the Federal Information Security Management Act (FISMA). Overall, this publication is a foundational guideline intended to enhance the security posture of federal agencies, and it can also serve as a reference for state, local, and tribal governments, as well as private organizations involved in critical infrastructure, to adopt appropriate security measures.
    NIST Special Publication 800-53 Revision 5 offers a comprehensive framework for implementing security and privacy controls across federal information systems and organizations. It outlines essential policies and procedures related to access control, awareness, training, audit and accountability, risk assessment, and incident response, highlighting the importance of safeguarding data and maintaining compliance with regulations. Specifically, the publication details various control families, such as access control, identification and authentication, and system and communications protection, focusing on enhancing security measures to mitigate risks effectively. The document serves as a guideline for federal RFPs, grants, and local proposals, aligning with government objectives to secure sensitive information against evolving threats. By offering a structured approach, it enables agencies to tailor security practices to their needs, ensuring a robust defense against unauthorized access and breaches. Overall, NIST SP 800-53 Revision 5 emphasizes the criticality of establishing a proactive security posture, thereby fostering trust in federal operations and maintaining public confidence in government information systems.
    The document outlines a federal government Request for Proposals (RFP) regarding various maintenance and upgrade services categorized into several Contract Line Item Numbers (CLINs). It primarily focuses on preventative maintenance (CLIN 0001), on-demand emergency repairs (CLIN 0002), and system upgrades (CLIN 0003), with a structured pricing format for each ordering period spanning five periods. The prices for the data points are dependent on the maximum data points specified for each service, with a note that CLIN amounts for repairs will be fixed and detailed calculations should not be locked or protected. The document also includes data point distributions across multiple facilities, including the XL and LON systems, detailing the number of data points associated with each controller type in various buildings. This information is vital for potential contractors in understanding the scope and requirements for bidding on the RFP. The intent of the RFP is to solicit bids for these services, ensuring efficient maintenance and upgrades for governmental systems while complying with budgetary constraints and regulations.
    The Instructions for Form W-14, issued by the IRS in August 2016, delineate the requirements for foreign contracting parties receiving federal procurement payments. Under Section 5000C, a 2% tax is imposed on specified federal procurement payments to foreign persons, collected via withholding. Form W-14 acts as a means for foreign entities to establish their status and claim exemptions based on international agreements or if goods/services are produced in the U.S. The form must be submitted to the acquiring U.S. government agency before any payment under the contract. It provides detailed instructions for completion, including identification of the foreign party, claiming exemptions, and defining key terms like "acquiring agency" and "specified federal procurement payment." Additionally, it outlines instances when the form should not be used, such as for personal services under simplified acquisition procedures. The form remains valid throughout the contract's duration unless circumstances change. The document serves a critical role in compliance with U.S. tax laws for foreign entities engaged in contracts with the government, particularly in the context of federal grants and RFPs, ensuring proper tax treatment while facilitating international procurement processes.
    The Form W-14, issued by the Internal Revenue Service (IRS), is designed for foreign contracting parties receiving federal procurement payments. The primary purpose of this form is to identify the foreign contractor and the acquiring agency, while ensuring compliance with U.S. tax regulations under section 5000C. It requires detailed information, including the contractor's name, country of incorporation, permanent residence address, U.S. taxpayer identification number, and contract reference number. The form contains sections to claim tax exemptions based on international agreements or procurement agreements, allowing contractors to outline exempt and nonexempt amounts by contract line item. The certificate must be signed by the foreign contractor, confirming all information is accurate and that they will abide by U.S. tax obligations. In the context of government RFPs and grants, this form is essential for foreign entities to ensure they adhere to necessary tax liabilities while engaging with U.S. federal contracts. It reinforces transparency in foreign contracting processes, aligning with U.S. federal procurement regulations.
    The document outlines the installation specifics of associated Data Points related to various buildings and facilities, showing the distribution of XL and LON datapoints across multiple controller types at different sites, including military installations. Key locations include Clay Kaserne, Hainerberg, McCully Barracks, and Mz-Kastel, where XL500 and XL800 controllers are utilized. The total quantities indicate a systematic approach to collecting data for enhanced monitoring and control within these facilities, with a total of 79 XL and 5,090 LON datapoints recorded overall. It also highlights that certain buildings have no operational ventilation systems, as indicated by zero datapoints. This technical inventory is likely related to proposals for funding or grants for infrastructure improvements or upgrades, aligned with federal or state RFP requirements. It addresses compliance and operational efficiency, hinting at broader governmental objectives to modernize facility management systems while maintaining safety and environmental standards.
    The document outlines the installation of data points from various buildings and military installations, categorizing them by controller type (XL500 and XL800) and detailing the quantities of XL and LON datapoints assigned to each location. It lists several sites, including Clay Kaserne, Hainerberg, McCully Barracks, and Mz-Kastel, along with building numbers such as #1004, #1006, and #1631, providing a breakdown of the data points and the specific controller types utilized. The total amount of XL datapoints across all locations reaches 59, while LON datapoints total 3,531. This information is relevant for managing infrastructure and operational technology within federal and state systems, likely serving a role in governmental requests for proposals (RFPs) and grants aimed at optimizing building operations and efficiencies within specific jurisdictions. The structured data showcases the need for systematic management of technology installations to improve operational capabilities within federal facilities.
    The document outlines a Request for Proposal (RFP) for maintenance and repair services of Building Management Systems (BMS) for the U.S. Army Garrison Wiesbaden in Germany. The contract, numbered W912CM24R0003, is set to include preventive maintenance, on-demand repairs, and an upgrade of the BMS, with a total estimated value ranging between EUR 25,000 and EUR 5,253,620 over a period of 57 months. Potential contractors are required to perform certain services while adhering to strict regulatory and quality standards, including familiarity with Honeywell systems and compliance with U.S. and German laws. The contractors must ensure proper personnel training, safety measures, and environmental considerations, especially regarding hazardous materials and contamination. The procurement calls for service submissions by September 13, 2024, and highlights the importance of a quality control plan and regular reporting to the contracting officer. The document emphasizes a non-personal service contract structure, ensuring that contracted personnel work independently of government oversight while maintaining quality and compliance expectations. This RFP illustrates the government's commitment to maintaining operational competence in its facilities while adhering to legal and safety obligations.
    The document provides an amendment to a Request for Proposals (RFP) related to a Building Monitoring System (BMS). Issued by the U.S. Army on 29 August 2024, the amendment addresses inquiries from a site visit conducted on 22 August 2024 and additional questions submitted via email. Notably, it confirms that the Army will supply a mandatory version of the Windows software image for the BMS upgrade and clarifies the bilingual status of technical manuals (most are bilingual, while some older versions are only in German). Moreover, it emphasizes that offerors must submit a signed "Solicitation Workbook" and "W14" document, along with their proposals, detailing the placement of contractor information. Offerors must acknowledge the amendment to avoid rejection of their submissions. This document exemplifies standard practices in government RFPs to maintain transparency and facilitate compliance among potential contractors.
    This government document is an amendment to a solicitation related to contract W912CM24R0003, dated 15-Aug-2024, and modifies the contract by updating necessary clauses and changing the Contract Line Item Number (CLIN) type from Firm Fixed Price (FFP) to Time and Materials (T&M) for CLIN 0002. The amendment outlines the addition of Government Furnished Property clauses and establishes the T&M basis for on-demand repairs of Honeywell Building Management Systems (BMS) at various USAG Wiesbaden buildings, detailing compliance with the Performance Work Statement (PWS). The document also clarifies that all other terms remain unchanged and provides instructions for contractors on acknowledging receipt of the amendment. References to several federal regulations relating to government property and contractor management systems are also included. This amendment is important for adapting the contract structure to better meet the needs of facility management and repair services within the U.S. Army Garrison Wiesbaden area.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Appliance Repair Services for US Army Garrisons in Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for appliance repair services at U.S. Army Garrisons in Germany under Solicitation Number W564KV-24-R-0048. The contract aims to provide maintenance and repair services for domestic appliances in Army Family Housing (AFH) and Unaccompanied Personnel Housing (UPH), ensuring that military personnel and their families have access to functional household equipment. This procurement is critical for maintaining the quality of living conditions for service members stationed in Europe, with a focus on compliance with federal regulations and standards. Proposals must be submitted electronically by September 20, 2024, with inquiries directed to Shea Korth at shea.korth2.civ@army.mil or Naziha Djeriouat at naziha.djeriouat.ln@army.mil.
    Maintenance and Repair of Shop Support Equipment
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking maintenance and repair services for U.S. Government owned Shop Support Equipment in Grafenwöhr, DE-BY, DEU. The contract aims to ensure the proper functioning and upkeep of the equipment used in maintenance and repair shop operations. The estimated quantities may vary, and the award will be given to the lowest priced technically acceptable offeror without discussions. Proposals are due by 1700 Local Time, 13 December 2023. For more information, contact Michael Lane at michael.b.lane16.civ@army.mil or 499641705268759.
    DB/DBB IDIQ MATOC - DE/DE/BENELUX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build (DB) and Design Bid-Build (DBB) Multiple Award Task Order Contract (MATOC) valued at $495 million, aimed at supporting various construction projects within U.S. military installations in Germany and Belgium. This opportunity is intended for contractors capable of executing commercial and institutional building construction, which is critical for maintaining and enhancing military infrastructure and operations in the region. Interested parties can reach out to primary contact Christian Solinsky at christian.h.solinsky@usace.army.mil or by phone at +49 611-9744-2281, or secondary contact Andrew Cochran at andrew.a.cochran@usace.army.mil, with a phone number of 04961197442270, for further details regarding the solicitation process.
    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.
    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.
    Janitorial services for the U.S. Embassy and Annexes in Berlin, Germany
    Active
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Embassy and its annexes in Berlin, Germany. The contract will be structured as a Firm Fixed Price agreement, covering a base year with four optional renewal years, with a total maximum value of $4.5 million. The selected contractor will be responsible for comprehensive cleaning and maintenance services, including the provision of necessary personnel, materials, and adherence to safety protocols, such as background checks for staff. Interested parties must submit their proposals electronically by October 4, 2024, and are encouraged to attend a pre-proposal conference and site visit on September 18 and 19, 2024. For further inquiries, potential offerors can contact Abdelhakim Dyane at dyanea@state.gov.
    W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) facility in Wilkes-Barre, Pennsylvania. This project involves the construction of a 13,744 square-foot facility, including supporting structures and site improvements, with a focus on sustainability, accessibility, and compliance with security measures. The estimated contract value ranges between $10 million and $25 million, with proposals due electronically by October 18, 2024. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further information and are encouraged to attend scheduled site visits on September 4 and September 11, 2024.
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotations for the replacement of a filter system located in Ansbach, Germany. This procurement aims to enhance the water purification and sewage treatment capabilities at the site, which is critical for maintaining operational readiness and environmental compliance. Interested contractors should note the importance of the site visit information detailed in the combined synopsis-solicitation document. For further inquiries, potential bidders can contact Shawna West at shawna.m.west@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil, with the RFQ reference number W912GB24Q0013.
    Range Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for Range Maintenance Support Services under contract ID W91CRB-24-R-0005. The objective of this procurement is to provide comprehensive maintenance and improvement services for military testing programs, including the upkeep of test ranges, environmental remediation, and the installation and maintenance of facilities. This contract is crucial for ensuring the operational readiness and safety of military testing environments, with a minimum contract value of $1,000 and a maximum of $9,999,999 over a five-year period. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Noah Lane or Todd Strasavich via the provided email addresses.
    NEW CONTRACT (WO 2627) REPAIR THE BUILDING 1027 DEHUMIDIFICATION SYSTEM; AMP PROJECT ID: 4534
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to repair the dehumidification system in Building 1027, identified as AMP Project ID: 4534. The objective of this procurement is to ensure the effective functioning of the building's climate control systems, which are critical for maintaining operational readiness and preserving equipment. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under a sole source designation, emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties should contact William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details, with the procurement process adhering to the guidelines outlined in FAR 19.14.