Notice of Intent - Johnson Controls Utility Monitoring and Control System
ID: W912WJ24X0036Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA
Timeline
    Description

    Notice of Intent - Johnson Controls Utility Monitoring and Control System

    The Department of Defense, specifically the Department of the Army, through the W2SD ENDIST NEW ENGLAND office, has issued a Special Notice for the procurement of a utility monitoring and control system. This system is intended to be used for the new Nuclear Command, Control, and Communications (NC3) and Logistics Readiness Squadron (LRS) facilities to be constructed on Hanscom Air Force Base (HAFB).

    The procurement is for a brand name requirement from the manufacturer Johnson Controls to furnish and install the building automation system (BAS). The BAS must be interconnected and compatible with the existing base-wide Utility Monitoring and Control System (UMCS) on the HAFB campus, which is a Johnson Controls Metasys system. The integrated system needs to provide transfer and remote viewing of HVAC information, alarming, trending, and performance monitoring from the existing UMCS workstations in Building 1810. It must also annunciate critical alarms to the main central UMCS front-end control system in Building 1810 for immediate acknowledgement and control. The system must ensure reliable operation and control for critical equipment, safety alerts, security notifications, and data collection of emergency events.

    This notice of intent is not a request for competitive proposals. It is a market research tool to determine the availability of other qualified sources that can meet the requirements of the Johnson Controls BAS. The Government will consider all responses received within 15 days of the posting of this notice. The determination to require the brand name for the Johnson Controls BAS for the NC3/LRS procurement based on this notice is solely within the discretion of the Government. Inquiries regarding this notice should be submitted via email within 15 days to heather.m.skorik@usace.army.mil, with the subject line "W912WJ24X0036 Johnson Controls Utility Monitoring and Control System".

    This procurement notice is for the sole source requirement of a Network Automation Engine by Johnson Controls for the new Acquisitions Management Facility (NC3) and the new Logistics Readiness Squadron (LRS) facilities to be constructed on Hanscom Air Force Base (HAFB).

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Sole Source - Automated Logic Contracting Services
    Buyer not available
    The Department of Defense, specifically the Army National Guard, intends to award a sole source contract to Automated Logic Contracting Services for Building Management System (BMS) Preventative Maintenance at two Air National Guard bases in Connecticut. The contract will ensure the continued efficient operation of the BMS, which includes emergency response, software updates, and onsite maintenance, with a total of 168 hours of maintenance allocated across the installations. This procurement is critical for maintaining operational integrity in military facilities, and interested parties may submit a Capability Statement by June 20, 2025, to MSgt Delmar Munoz at delmar.munoz.mil@army.mil, ensuring they are registered with the System for Award Management (SAM) prior to submission.
    Offutt AFB HVAC Control System Upgrade
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
    Notice of Intent to Sole Source: Additional Design of a Dedicated Outside Air System to the Current Full Design for the Addition/Alteration of Bldg. 2245 at March Air Reserve Base, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, intends to award a sole source modification to Burns & McDonnell Engineering Company, Inc. for the additional design of a Dedicated Outside Air System (DOAS) as part of the renovation of Building 2245 at March Air Reserve Base, CA. This modification involves expanding the existing design scope to include the integration of a DOAS, which will require rerouting and adding ductwork and reconstructing the exterior screening wall, while working in conjunction with the ongoing full design efforts for the facility. The modification is deemed necessary due to the additional costs and scope that exceed the original task order, and interested parties are invited to demonstrate their capability to provide similar services by submitting their information to the primary contact, Bonny Dylewski, by June 27, 2025, at 10:00 a.m. Eastern Time.
    Notice of Intent for Sole Source - Addition/Renovation AGE, B820 - Minneapolis ARS, MN
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Louisville District, is announcing a sole source procurement for the addition and renovation of Building 820 at the Minneapolis Saint Paul Air Reserve Station in Minnesota. The project requires specific brand-name equipment, including fire alarm systems, energy management controllers, and various door hardware components from designated manufacturers. This procurement is critical for enhancing the facility's operational capabilities and ensuring compliance with safety and security standards. Interested parties who believe they can meet the requirements must submit a capability statement to Adam Brooks at adam.m.brooks@usace.army.mil by 3:00 PM Eastern Time on June 18, 2025.
    BUILDING MANAGEMENT SYSTEM PREVENTATIVE MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the 103rd Contracting Office of the Connecticut Air National Guard, intends to award a sole source contract for preventative maintenance services on the existing Alerton Direct Digital Control (DDC) systems at the Bradley Air National Guard Base in East Granby, Connecticut. The contract will be awarded to Automated Building Systems, Inc., the only authorized vendor certified to maintain these proprietary systems, ensuring their continued operability and compliance with warranty requirements. This procurement is critical for maintaining essential infrastructure at military facilities, as failure to service these systems could lead to significant operational and financial repercussions. Interested parties who believe they can meet the requirements are invited to submit a Capability Statement by 3:30 PM EDT on June 25, 2025, to TSgt David Bezerra at david.p.bezerra.mil@army.mil, and all contractors must be registered in the System for Award Management (SAM) to be eligible for contract award.
    U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
    Buyer not available
    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc. The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA). The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards. This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement. Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016. For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336. Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government. In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.
    145th Bldg 51 Advantor Install Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Advantor Systems for the installation of an additional intrusion detection system at the 145th Airlift Wing in North Carolina. This procurement includes the delivery and installation of managed network switches, turnkey installation of all components, contractor verification testing, as-built drawings, and installation of ACS Field Equipment in building 51. Advantor is the sole source for its proprietary systems and components, which are critical for maintaining the security infrastructure at the facility, making competition impractical. Interested parties must respond to this notice by contacting MSgt Sarah Marshall at sarah.marshall.6@us.af.mil and Capt. Scott Thomas at scott.thomas.53@us.af.mil, as no written solicitation will be issued.
    ALC/DDC System Software and Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure the renewal of ALC/DDC System Software and Maintenance on a sole-source basis from Automated Logic/Pacific West Controls Inc. This procurement involves the renewal of existing equipment and software, which is critical for maintaining operational efficiency and support for ALC systems, including design, engineering, programming, installation, and warranty services. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of this notice. All interested parties must be registered in the System for Award Management (SAM) database to be eligible for consideration.
    7A--Intent to Sole Source Notice-OSI
    Buyer not available
    The Department of Energy's Western Area Power Administration intends to procure the Open Systems International (OSI) monarch™ Supervisory and Control (SCADA) and Energy Management System (EMS) software license subscription on a Sole Source basis. This procurement aims to secure essential software that supports the management and control of energy systems, which is critical for efficient energy distribution and operational reliability. The contract period is set from September 26, 2025, to September 25, 2026, and interested parties may submit capability statements within 7 calendar days of this notice to demonstrate their ability to meet the government's requirements. For further inquiries, contact Seth Johnson at SDJohnson@wapa.gov or call 970-461-7396.
    Brand Name MFOM Electronic Unit Control’s NSN 2835-01- 483-2227, PN 13330591
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply of Brand Name MFOM Electronic Unit Controls, identified by NSN 2835-01-483-2227 and P/N 13330591. This procurement is critical for military operations, requiring strict adherence to specified military standards and unique identification for accountability. The anticipated ordering period spans from July 10, 2025, to July 9, 2026, with options for additional years, and proposals must be submitted by June 30, 2025, to the Letterkenny Contracting Office in Chambersburg, Pennsylvania. Interested vendors should direct inquiries to Danielle Rhone at danielle.r.rhone.civ@army.mil or by phone at 717-267-8480.