Ramstein AB EMCS & Water System BACnet/IP Applications
ID: FA561324Q0031Type: 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, specifically the Department of the Air Force, is soliciting proposals for the installation of an Energy Management Control System (EMCS) and Water Control System integrated with BACNET/IP applications at Ramstein Air Base in Germany. The project requires contractors to provide a comprehensive setup and integration of these systems, adhering to strict commercial standards and cybersecurity measures as outlined in the Statement of Work. This initiative is crucial for enhancing operational efficiency and ensuring compliance with both U.S. and German regulations regarding environmental and safety standards. Interested parties must submit their quotes by September 13, 2024, and can direct inquiries to Ms. Cevonia Joshua at cevonia.joshua@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@us.af.mil
    SSgt Christian Leyva Meraz
    christian.leyva_meraz.1@us.af.mil
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the contractor's obligations to provide two applications for hosting water and Energy Management Control Systems (EMCS) on BACNET/IP standards, alongside user licenses, training, and data point licenses. All services must comply with German and U.S. regulations, and the contractor personnel must demonstrate competencies in EMCS controls while adhering to environmental management practices. The contractor is also responsible for documentation, quality assurance, and the disposal of waste, as well as ensuring that proper communication channels and personnel qualifications are maintained throughout the project.
    The document FA561324Q0031 outlines a Request for Proposal (RFP) for the installation and adaptation of water and Energy Management Control Systems (EMCS) to meet BACnet/IP standards at Ramstein Air Base. It mandates the contractor to develop two software applications: one for water control and another for EMCS, each requiring specific licenses and training. The contractor is required to adhere to both German and U.S. regulations during the planning and execution phases. Key specifications include the installation of the BACnet/IP software, management of data points, user licenses, training, and the submission of comprehensive documentation post-installation. The contractor must ensure compliance with established quality assurance and safety standards, provide warranty services, and handle waste disposal according to local laws. Personnel qualifications are emphasized, mandating trained service technicians and effective communication skills in English. Security clearances are also highlighted, necessitating compliance with both U.S. and German regulations. The document aims to ensure efficient management of systems supporting base operations while emphasizing compliance, safety, and environmental considerations throughout the project's lifecycle.
    The document outlines the Statement of Work (SOW) for the installation of applications pertaining to the Energy Management Control System (EMCS) and Water Control System using BACNET/IP standards at Ramstein Air Base, scheduled for September 2024. The contractor is expected to provide specific software applications, user licenses, training, and the necessary configuration for both systems. Compliance with relevant German and U.S regulations is mandatory. For the water control system, requirements include software installation with 10,000 data points and 2,000 trending points, while the EMCS application necessitates larger capacities, with 100,000 data points and 20,000 trending points. Both systems require central monitoring setups and thorough documentation handover upon completion. The contractor must employ qualified personnel with specialized training in EMCS controls and adhere to warranty service protocols. Additionally, quality assurance evaluations by the U.S. Government will determine contractor performance. The document also includes procedures for waste disposal, ensuring environmental compliance, and security regulations for personnel access to the Air Base. Overall, this document emphasizes the importance of regulatory adherence, detailed specification of services, and environmental stewardship in government contracting processes.
    The Department of the Air Force, via the 86th Airlift Wing, has issued a memorandum addressing questions related to Solicitation FA561324Q0031. The document clarifies key requirements for a project involving hardware and system installations. It states that the system architecture does not need to be submitted, with the U.S. government providing Windows Data Center 2022 on supplied servers. The contractor will not provide operator stations or a domain server; instead, the Government will handle configuration. Project completion is estimated at approximately 240 days post-award, with invoicing structured by Contract Line Item Numbers (CLIN). Tax relief provisions are highlighted, indicating that proposals should not include any taxes. Cybersecurity requirements must be coordinated with the Government, while specific questions regarding software training and user licenses will be addressed later. Safety regulations mentioned involve standard Air Force policies without additional requirements for specific systems. Overall, the memorandum provides crucial guidance for interested contractors, ensuring they meet the necessary specifications for this government project.
    The memorandum from the 86th Airlift Wing of the Department of the Air Force addresses the second round of questions regarding Solicitation FA561324Q0031. It provides clarifications for two specific inquiries previously left unanswered. Firstly, it clarifies that training requirements encompass both the water control system and the Energy Management Control System (EMCS), detailing specific software and training for systems from various suppliers. Secondly, it states that the contractor will be responsible for supplying and installing the SQL Server, while minimal auxiliary software (e.g., MS Office) is anticipated. The government will provide only the MS Data Center 2022 software pre-installed. The document concludes by providing contact information for inquiries related to this solicitation. This memorandum serves to ensure that interested parties have the necessary information to comply with the requirements outlined in the RFP, facilitating a clearer understanding before proposal submissions.
    The memorandum from the 86th Airlift Wing of the Department of the Air Force addresses interested parties regarding the solicitation FA561324Q0031, providing responses to secondary questions. It details essential components of a water control system needed for the project. Key information includes an expected annual water production of 445 million gallons from 14 deep wells, equipped with high-capacity submersible pumps. The document specifies that the water treatment framework will involve a series of filtration processes, including calcium carbonate treatment, activated carbon filtration, post-aeration, chlorination, and the addition of sodium fluoride for safety and effectiveness. Inquiries can be directed to the identified contract specialists via provided email addresses. The document serves as part of the ongoing communication in the procurement process, ensuring clarity regarding project expectations and requirements. Overall, it illustrates the Air Force's efforts to secure necessary services while maintaining transparency with potential contractors.
    The document outlines a solicitation for a federal contract targeting Women-Owned Small Businesses (WOSB), specifically for the provision of an Energy Management Control System (EMCS) integrated with Water Control Systems to BACNET/IP applications. It details the requisite services and supplies, specifying two phases: an initial setup phase and the final integration phase. Each phase necessitates strict adherence to commercial standards and specific cybersecurity measures, governed by a detailed Statement of Work. The document provides contact information for inquiries and includes sections on pricing, delivery schedules, inspection, and acceptance criteria. It emphasizes compliance with various federal regulations and clauses that govern procurement. Moreover, it encourages participation from economically disadvantaged women-owned businesses and includes provisions addressing the treatment of subcontractors, payment procedures, and system implementation. The solicitation reflects the government's commitment to fostering inclusivity within federal contracting while ensuring compliance with legal and regulatory requirements.
    This government document outlines amendments to a solicitation for a contract, extending the submission deadline for offers from September 4, 2024, to September 10, 2024. It details the procedures for acknowledging receipt of the amendment and changing previously submitted offers. The amendment is specifically for a project involving Energy Management Control System (EMCS) implementation, requiring contractors to showcase their experience and technical approach to the project. Offerors must submit detailed past performance information, particularly related to EMCS and water control systems integration. They are mandated to provide at least one example of relevant past performance from the last five years, along with a brief technical plan outlining their strategy for implementing the EMCS within specified guidelines. The document emphasizes compliance with Federal Acquisition Regulation (FAR) provisions and sets forth submission requirements, including format and deadlines. This amendment represents a structured adjustment in response to project needs while adhering to government procurement protocols.
    This document serves as an amendment to a solicitation related to a federal contract. It highlights the procedures for acknowledging receipt of the amendment and the implications of not doing so in a timely manner, which could lead to the rejection of offers. The amendment extends the submission deadline and details various methods for contractors to notify the issuing office of their acknowledgment. Additionally, it includes revisions to the Statement of Work based on released questions and answers. The amendment is formally issued by a contracting officer and includes necessary contractor information. The overall purpose is to ensure clarity and compliance in the solicitation process, thereby facilitating the successful engagement of contractors for government projects. This amendment emphasizes the importance of adhering to updated requirements while maintaining the overall terms and conditions of the original solicitation.
    This document serves as an amendment to a solicitation, primarily extending the offer due date from September 10 to September 13, 2024, while also releasing the third round of questions and answers related to the solicitation. It outlines necessary acknowledgment procedures for offerors and specifies that offers must include essential information, including past performance data and a technical approach to implementing energy management control systems (EMCS) to meet government compatibility requirements. Offerors are required to submit past performance information supported by relevant experience within the last five years, detailing similar work completed. They must provide a brief technical approach summary, outlining their strategy for installing and programming within the EMCS BACnet/IP infrastructure, with a maximum length of four pages. The amendment also details submission instructions, ensuring electronic copies of the offers are sent to designated email addresses. This document aligns with government practices for request for proposals (RFPs) and emphasizes compliance, experience, and technical expertise in the RFP process.
    The document is an amendment to a solicitation concerning a contract modification, specifically amending the requirements for offers submitted by contractors. It outlines the procedures for acknowledging receipt of the amendment and the potential consequences of failing to do so. The amendment addresses the removal of EMCS field software licenses and training requirements from the Scope of Work (SOW), which has been updated accordingly. The document also includes references to administration data and essential details such as amendment numbers, effective dates, and contractor information. It emphasizes that all other terms and conditions remain unchanged and stresses the importance of submitting any changes by specified methods before the deadline. This amendment reflects typical processes within federal government Requests for Proposals (RFPs) and grants, where clarity, compliance, and adherence to timelines are critical for successful contract management.
    The Department of the Air Force has issued a guidance memorandum to establish cybersecurity policies for Civil Engineer (CE)-owned control systems, ensuring the protection of critical infrastructure and operational technology. This memorandum mandates compliance for all Department of Air Force (DAF) personnel and focuses on securing various control systems, such as power distribution, HVAC, and water treatment systems, which are vital for mission support. Key points include defining the operational technology landscape, detailing the risk management framework (RMF) applicable to control systems, and outlining specific roles and responsibilities within the cybersecurity framework. It emphasizes the necessity for comprehensive inventories of control systems, the identification and mitigation of vulnerabilities, and the incorporation of cybersecurity measures during acquisition, contract execution, and maintenance processes. A tiered approach to compliance is also introduced, clarifying the distinction between control systems and information technology systems, alongside ensuring that all stakeholders understand their responsibilities in safeguarding these vital systems from cyber threats. This guidance reflects the DAF's commitment to not only maintaining operational integrity but also enhancing the resilience of critical infrastructure against evolving cybersecurity challenges.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Filter System, Ansbach, Germany
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the replacement of a filter system located in Ansbach, Germany. This procurement, identified as W912GB24Q0013, aims to enhance water purification and sewage treatment capabilities, which are critical for maintaining operational readiness and environmental standards. Interested contractors should note the importance of the site visit information provided in the combined synopsis-solicitation document to ensure compliance with project specifications. 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 details available for review.
    Sources Sought- 460 CES Alerton Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron, is seeking potential vendors for an annual software license to upgrade the Alerton Compass Ascent Compass 2.1 system at Buckley Space Force Base in Colorado. The primary objective of this procurement is to modernize the Energy Management Control System (EMCS) to ensure compliance with USAF network policies, enhance automation controls, and improve operational efficiency without disrupting ongoing operations. This upgrade is critical for maintaining mission readiness and adhering to stringent security and safety standards, including background checks for contractor personnel and compliance with OSHA regulations. Interested vendors must submit their capabilities statements and responses via email to the designated contacts by 2 PM MDT on September 22, 2024, with questions due by September 20, 2024.
    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 in accordance with the provided Statement of Work and specifications. This project is crucial for maintaining efficient climate control in training environments, ensuring operational readiness and comfort. Interested small businesses must submit their quotes by September 23, 2024, at 12:00 PM CST, and are encouraged to attend a site visit on September 18, 2024, at 10:00 AM CDT. For further inquiries, contact A1C Juan Cevallos at juan.cevallosmateus.1@us.af.mil or MSgt James McFarland III at james.mcfarland.8@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.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@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.
    Air/Nitrogen Systems Maintenance BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for maintenance and emergency repair services of air and nitrogen systems at Whiteman Air Force Base in Missouri. The BPA aims to cover semi-annual maintenance for various systems, including compressed air systems, nitrogen generation systems, air dryers, and inline coalescing filters, with a total call ceiling of $1 million over one year. This procurement is critical for ensuring operational efficiency and safety in aircraft maintenance operations. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    B18 Cooling Tower Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to replace the inoperable cooling tower fan motor for Building 18 at Joint Base Anacostia-Bolling in Washington, D.C. This project is critical for maintaining cooling capabilities across twenty-six facilities on the base and ensuring system redundancy. The contractor will be responsible for the removal and installation of the motor using a crane, as well as ensuring proper disposal of old equipment and compliance with industry standards. Interested parties must submit their quotes by 4:00 PM EST on September 25, 2024, following a scheduled site visit on September 19, 2024, and are encouraged to direct inquiries to Pa'Shonna Rich at pashonna.rich@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    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.
    Eufaula Lake Project Office HVAC Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Tulsa District, is soliciting proposals for the replacement of the HVAC system at the Eufaula Lake Project Office. The project entails the installation of a new 15-ton packaged heat pump with electric auxiliary heat, including specific requirements such as a variable frequency drive (VFD), a 40K electric heater kit, a hail guard, a manual fresh air damper, and a thermostat, along with the removal and disposal of the existing unit. This procurement is crucial for maintaining operational efficiency and comfort within the facility. Proposals are due by September 20, 2024, at 2:00 PM CST, and interested contractors must ensure active registration in the System for Awards Management (SAM) and submit their proposals via email, adhering to the outlined submission requirements. For further inquiries, contact Kylie Secrest at kylie.e.secrest@usace.army.mil or 918-669-7078.