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
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    Siemens TX-I/O Module Products
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a market survey to identify domestically manufactured alternatives to Siemens TX-I/O modules, which are integral to the Siemens Building Automation System. The Coast Guard is seeking alternatives to specific Siemens TX-I/O module products, ensuring that any proposed solutions are manufactured in the United States and meet stringent domestic sourcing requirements, including that at least 65 percent of the total cost of components must come from domestically sourced materials. Interested firms must respond by November 18, 2025, providing evidence of prior work with comparable domestically manufactured modules and detailed information about their proposed solutions, with inquiries directed to Barbara Williamson-Garris and Sharan Lind via email.
    Engineering Services, Technical Services, Manufacturing Services and Equipment Procurement Services for Navy Air Conditioning and Refrigeration (AC&R) Systems
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking engineering, technical, manufacturing, and equipment procurement services for Navy Air Conditioning and Refrigeration (AC&R) Systems. The procurement aims to establish a Basic Ordering Agreement (BOA) for approximately 50 New Construction HFC-134a High Efficiency Super Capacity (HESC) Air Conditioning Plants and associated chiller backfit kits, addressing the growing demand for chilled water cooling across various ship classes. This initiative is critical for maintaining operational efficiency and compatibility with existing systems, as the incumbent provider, Johnson Controls Navy Systems, LLC, is the sole-source manufacturer of these specialized systems. Interested parties must submit a Capability Statement by November 20, 2025, to Nicole Canfield at nicole.i.canfield.civ@us.navy.mil, with the anticipated RFP expected to be issued in June 2026.
    16--CONTROLLER,AIR COND
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting bids for the procurement of air conditioning controllers, classified under the NAICS code 336413. The contract encompasses various requirements including item unique identification, higher-level contract quality standards, and warranty provisions, emphasizing the importance of timely delivery and compliance with specific regulations such as the Buy American Act. Interested vendors should note that all contractual documents will be considered issued upon transmission, and they can reach out to Thomas S. McLaughlin at 215-697-2486 or via email at THOMAS.S.MCLAUGHLIN7.CIV@US.NAVY.MIL for further inquiries. The procurement process is ongoing, and early and incremental deliveries are accepted.
    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.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. The primary objective is to address Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and obsolescence solutions, including the sustainment, warehousing, repair, and production of SSDS hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops. This program is critical for ensuring the operational readiness of U.S. Navy amphibious ships and aircraft carriers, with a contract anticipated for award in calendar year 2027, covering efforts from fiscal year 2027 through fiscal year 2037. Interested contractors must submit their responses, including company profiles and comments on the draft Statement of Work, via email to Frederick Mitchell by the specified deadline, ensuring compliance with security and proprietary information protocols.
    58--PANEL,CONTROL,ELECT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of control panels (PANEL, CONTROL, ELECT) under a federal contract. The contract requires the manufacturing of these panels, which are critical components for naval operations, ensuring effective control and communication systems on submarines and surface ships. Interested vendors must comply with specific quality assurance and inspection requirements, including the prohibition of mercury contamination, and are encouraged to submit their proposals within the stipulated timeframe of 260 days for delivery. For further inquiries, potential bidders can contact Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    59--SSDC TO EMI BUS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of 28 units of the SSDC to EMI Bus, identified by NSN 1H-5975-017272311-X3. The procurement requires delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA, with a required delivery timeline of 270 days post-contract award. This equipment is critical for electrical hardware applications within military operations, and interested suppliers must submit their proposals in accordance with the solicitation number N00104-26-R-BC51. For further details, including obtaining the solicitation and technical documents, interested parties should contact Andrew C. Lyter at (564) 230-2573 or via email at ANDREW.C.LYTER.CIV@US.NAVY.MIL.
    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.
    PLC ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotations for the repair and restoration of PLC ASSY equipment. The procurement involves necessary services, including inspection, evaluation, and repair to ensure the equipment is returned to first-class operating condition, adhering to specific technical and quality requirements. This contract is crucial for maintaining operational readiness and supporting national defense initiatives. Interested contractors should submit their quotations, including repair turnaround times and throughput constraints, to Thomas Falcone at THOMAS.M.FALCONE.CIV@US.NAVY.MIL by the specified deadline, with all contractual documents considered issued upon transmission.