Facility Related Control System Programable Building Controllers NAS Meridian, MS; NSA Mid-South, TN; NSA Orlando, FL and MCAS Beaufort, SC
ID: N6945025RPW01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from vendors regarding programmable building controllers for various military installations, including Naval Air Station Meridian, NSA Mid-South, NSA Orlando, and Marine Corps Air Station Beaufort. The primary objective is to identify commercially available direct digital controllers that can fully interface with existing Automated Logic Corporation (ALC) software, which is crucial for the automation of HVAC systems at these facilities. This sources sought notice serves as a market research tool to assess the availability and capability of potential suppliers before determining the acquisition method. Interested vendors must submit a capabilities statement, along with completed attachments, by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Synopsis pertaining to government contracting for opportunities under Sources Sought No: N69450-25-R-PW01. Its primary purpose is to gather information from companies interested in potentially providing goods or services for federal contracts. Key sections include company identification, contact details, classification codes, size preference, employee counts, and financial information, along with contractor capabilities like bonding capacity and registration in the System for Awards Management (SAM). The file also explores the intent of companies regarding participation in contracts (e.g., as a Prime Contractor or Subcontractor). By obtaining this information, the government can assess which businesses can adequately fulfill contract requirements, particularly with respect to small businesses and socio-economic categories such as Woman-Owned or Veteran-Owned entities. This initiative aims to maximize competition and enhance procurement strategy while ensuring that potential contractors meet specific eligibility criteria. Overall, the synopsis serves as a preliminary step in the federal contracting process to streamline vendor selection and capacity evaluation effectively.
    The Sources Sought document N69450-25-R-PW01 seeks information on commercially available direct digital controllers compatible with Automated Logic Corporation (ALC) software. Respondents must provide details such as model identifiers, product descriptions, controller applications, and communication protocols (BACnet and/or Metasys N2), along with the manufacturer's technical data sheets. Additionally, candidates are required to demonstrate relevant experience by identifying one to three projects where ALC software was used to configure non-ALC digital controllers for HVAC systems. Each project submission must include customer contact information, project descriptions, titles, locations, procurement contract details, and contract values if available. This document serves to gather information from industry sources that can assist in fulfilling a specific need related to HVAC system automation, which falls under federal and state government contracting processes. It emphasizes the importance of technical compatibility and proven experience in using the specified software with various controllers in relevant projects.
    Similar Opportunities
    Facility Related Control System Programable Building Controllers NCBC Gulfport, MS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from vendors regarding commercially available programmable building controllers for the Naval Construction Battalion Center in Gulfport, Mississippi. The objective is to identify controllers that can fully interface with existing Siemens Government licensed software, as outlined in the attached technical documentation. These programmable building controllers are crucial for enhancing facility-related control systems, particularly in managing HVAC systems efficiently. Interested vendors must submit a capabilities statement package by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil, with a maximum attachment size of 4MB. Late submissions will not be considered.
    Facility Related Control System Programable Building Controllers NS Mayport
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking information from potential contractors regarding the procurement of Programmable Building Controllers for the Facility Related Control Systems (FRCS) at Naval Station Mayport, Florida. The objective is to identify commercially available controllers that can fully interface with existing Distech Government licensed software, ensuring compliance with specified technical requirements. This initiative is crucial for enhancing the operational efficiency of Heating, Ventilating, and Air-Conditioning (HVAC) systems within the facility. Interested vendors must submit a capabilities statement package, not exceeding five pages, by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil. Late submissions will not be considered.
    Facility Related Control System Programable Building Controllers NSA Panama City, FL
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking information from vendors regarding programmable building controllers for the Naval Support Activity (NSA) in Panama City, Florida. The objective is to identify commercially available controllers that can fully interface with existing Siemens (Desigo) software, as outlined in the technical specifications provided in the associated documents. These programmable building controllers are crucial for managing Facility Related Control Systems (FRCS), particularly in energy management and HVAC applications. Interested vendors must submit a capabilities statement package, not exceeding five pages, by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil. Late submissions will not be considered.
    Facility Related Control System Programable Building Controllers NAS JRB New Orleans, LA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from vendors regarding programmable building controllers for the Facility Related Control Systems at Naval Air Station Joint Reserve Base in New Orleans, Louisiana. The objective is to identify commercially available controllers that can fully interface with existing Trane Government licensed software, as detailed in the associated technical documents. These controllers are crucial for enhancing HVAC system efficiency and ensuring compliance with technical standards. Interested vendors must submit a capabilities statement package, not exceeding five pages, by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil.
    Facility Related Control System Programable Building Controllers NAS JRB Ft. Worth, TX
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking information from potential vendors regarding programmable building controllers for the Facility Related Control Systems at Naval Air Station Joint Reserve Base Fort Worth, Texas. The objective is to identify commercially available controllers that can fully interface with existing Johnson Controls (JCI) software, as outlined in the attached technical documents. This procurement is crucial for maintaining efficient HVAC operations within the facility, ensuring compliance with government standards. Interested vendors must submit a capabilities statement, along with completed attachments, by 11:00 AM Eastern Time on November 7, 2024, to Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil.
    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.
    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.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    61--CONTROLLER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a controller under the solicitation titled "61--CONTROLLER." This procurement involves the manufacturing of electrical control equipment, classified under NAICS code 335312, and is critical for the operational readiness of naval systems. The contract will be a firm-fixed-price agreement, with a delivery requirement of 180 days for the initial quantity of one unit. Interested vendors should direct inquiries to James J. Benes at 717-605-4964 or via email at JAMES.J.BENES@NAVY.MIL, and must submit their proposals by the specified closing date to be considered for this opportunity.
    Modify DOAS to Provide Dehumidification B4311 & B4313
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the modification of the Dedicated Outside Air System (DOAS) to enhance dehumidification capabilities at Marine Corps Air Station Cherry Point, North Carolina. This project specifically targets Buildings 4311 and 4313, aiming to improve HVAC performance and humidity control while minimizing disruption to ongoing operations. The estimated cost for this procurement ranges from $500,000 to $1,000,000, with a completion timeline of 210 calendar days post-award. Proposals must be submitted electronically by November 7, 2024, and interested contractors should direct inquiries to Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.