SOURCES SOUGHT NOTICE FOR PROGRAMABLE BUILDING CONTROLLERS
ID: 6115153Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) in Washington, is conducting a Sources Sought Notice to identify potential sources for programmable building controllers that meet the specifications of Siemens Desigo. The objective is to gather information on commercially available controls equipment that can integrate with the NAVFAC Public Works Department Annapolis HVAC Direct Digital Controls (DDC) system. This initiative is crucial for ensuring operational efficiency in government facilities and evaluating the capabilities of potential bidders for future procurement decisions. Interested vendors are required to submit a capabilities statement package, not exceeding five pages, by May 22, 2025, to Megan May at megan.l.may3.civ@us.navy.mil, with no late submissions accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Synopsis for potential contractors responding to a federal Request for Proposals (RFP). Its primary purpose is to gather information from companies interested in a government contract. Key elements include company details such as name, contact information, NAICS and CAGE codes, and size classification (small business, disadvantaged, WOMEN-owned, veteran-owned, etc.). Additionally, it requests employee count information, annual revenue figures, and the company’s typical contracting role (prime contractor, subcontractor, or joint venture). It also inquires about registration status in the System for Awards Management (SAM) database and details regarding bonding capacity. The structure is systematic, prompting respondents to provide comprehensive information that will aid in evaluating their suitability for the contract. This approach reflects the government's commitment to fostering transparency and inclusivity in the RFP process, ensuring a broad range of potential contractors can effectively compete for federal contracts.
    The document outlines a request for information regarding Direct Digital Controllers relevant to the federal government's acquisition processes. It specifies that organizations should provide a list of commercially available programmable building controllers that are compatible with Siemens Desigo software. Each submission must include details such as model and catalog numbers, product descriptions, controller applications (like 'Network Control Module' or 'Field Equipment Controller'), and communications protocols (e.g., 'BACnet' and/or 'Metasys N2'). Additionally, manufacturers are asked to include their technical data sheets for the controllers. This request is part of a broader effort to evaluate potential bidders' capabilities for future projects, emphasizing structured data that aligns with existing automation solutions in building management. The aim is to gather comprehensive information to inform procurement decisions and ensure operational efficiency in governmental facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.
    16--CONTROLLER,TEMPERAT, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four units of a temperature controller as part of a repair and modification initiative. The procurement involves the National Stock Number (NSN) 7R-1660-009688208-BE, with a Technical Data Package (TDP) version 001, indicating the specific requirements for the items needed. These temperature controllers are critical components used in aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational efficiency and safety. Interested vendors can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding this presolicitation opportunity.
    Vertical Launching System (VLS) Launch Sequencer (LSEQ)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting a Sources Sought notice to identify potential sources for the manufacture and delivery of the Vertical Launching System (VLS) Launch Sequencer (LSEQ) and associated components. The procurement encompasses the fabrication, assembly, testing, and delivery of various kits and modules, including Maintenance Assistance Module kits, Ethernet Switch Modules, and Missile Electronics Boxes, adhering to strict quality assurance and configuration management standards. This initiative is critical for maintaining and enhancing naval capabilities, ensuring compliance with military specifications and operational security. Interested parties are encouraged to submit their capability statements and company information to the primary contact, Michael Torres, at michael.l.torres2.civ@us.navy.mil, with responses limited to 20 pages and due by the specified deadline.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Justification and Approval for AWEMS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is seeking approval for the use of brand name commercial equipment from Johnson Controls International (JCI) for programmable building controllers. This procurement is aimed at facilitating the interface with the existing Area-Wide Energy Management System (AWEMS) in the San Diego metro area, ensuring efficient energy management in residential buildings. The Class Justification and Approval (CJ&A) for this action is critical as it allows for the integration of specialized equipment necessary for the project's success, with the authority to act under this justification expiring on April 9, 2024. Interested parties can reach out to Kathy Dai at kathy.y.dai.civ@us.navy.mil or Larry Romig at larry.g.romig.civ@us.navy.mil for further information.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    J&A Siemens Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.