Ramstein AB EMCS Controller Upgrades and Integration
ID: FA561324Q0030Type: 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, through the Department of the Air Force, is soliciting proposals for the upgrade and integration of Energy Management Control System (EMCS) controllers at Ramstein Air Base in Germany. The project involves replacing existing building controllers with BACnet/IP-based systems, including installation, programming, and integration into the EMCS headend application, while ensuring compliance with various technical and safety standards. This initiative is crucial for enhancing operational efficiency and modernizing facility management systems within military installations. Interested contractors must submit their quotes by August 28, 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 requirements for upgrading building controllers to BACnet/IP at Ramstein Air Base, Germany. The focus is on enhancing building automation and control systems. The main procurement objective involves replacing and reprogramming controllers, with specific quantities mentioned for each building. This includes 385 single-room controller assemblies supplied to the EMCS shop. The SOW mandates adherence to German and DoD standards and outlines technical specifications for the controllers. Notably, all controllers must be BACnet/IP-based and certified per ASHRAE 135. The contractor is responsible for installation, programming, and integration into the central monitoring system, as well as providing graphics for the EMCS base-wide control system. Qualified personnel with relevant experience are required, and reports must be submitted in German and English. Key dates and timelines are mentioned, although specific deadlines aren't provided. The SOW also covers incidental services, qualifications, warranty repairs, required documentation, and general information, including security requirements and holiday schedules.
    The government document outlines a Statement of Work (SOW) for upgrading building controllers to BACnet/IP at Ramstein Air Base, Germany. The contractor is tasked with replacing existing Kieback & Peter controllers, programming new EMCS BACnet/IP controllers with touch displays, and ensuring integration into the EMCS headend application. The scope includes testing, dismantling old systems, installing room controller assemblies, and providing necessary networking infrastructure. Compliance with various standards and regulations is emphasized, including environmental and security requirements. The contractor must employ qualified technicians with relevant certifications and adhere to strict documentation and reporting protocols. The project specifies necessary equipment and cabling while emphasizing minimal operational downtime. The installation must also respect both U.S. and German laws, including waste disposal and safety regulations. Additionally, the contractor is required to maintain quality assurance and coordination with government representatives throughout the project, ensuring effective communication and resolution of any issues that may arise. This SOW is part of federal procurement efforts aimed at upgrading and modernizing facility management systems to improve operational efficiency and compliance with stringent industry standards.
    The Department of the Air Force issued a memorandum on August 15, 2024, addressing questions about Solicitation FA561324Q0030 related to cabling and controller systems for the 86th Airlift Wing in Germany. The inquiries cover aspects such as cabling requirements, manufacturer specifications, testing procedures, submission formats, payment processes, and operational functionalities. Key details include that all cabling work will occur indoors, with new installations required due to the absence of existing communication cables. Testing will focus on connectivity and data transmission. Quotes must be submitted in Euros, and contractors will receive payments through the Electronic Funds Transfer program after product acceptance. Additionally, the document outlines requirements for touch displays and functionalities related to heating, cooling, and control systems. Furthermore, it provides guidance on relevant codes and standard regulations applicable to the contract. Overall, the document serves as an essential resource for vendors interested in participating in the solicitation, offering clarification and guidance on various elements of the bidding process.
    The document is a memorandum from the 700th Contracting Squadron of the U.S. Air Force, dated August 22, 2024, providing answers to questions regarding Solicitation FA561324Q0030. It addresses inquiries from interested parties, clarifying requirements for contractor deliverables associated with cybersecurity, environmental health and safety regulations, and quality assurance protocols. Key points include the necessity for contractors to implement password management due to cybersecurity standards, confirmation that there are no specific deliverables for the Global Positioning System, and the applicability of safety regulations under “Unfall Verhütungs Vorschriften (UVV).” Additionally, the memorandum indicates that no separate pricing for a Quality Control/Safety Officer is required, though team members must possess basic English proficiency. The document emphasizes compliance with the Trade Agreements Act for "TAA compliant switches" as a necessity. This communication is essential for contractors to understand expectations and improve compliance in their proposals for government contracts, ensuring clarity in the bidding process and alignment with safety and quality standards.
    The memorandum from the 86th Airlift Wing of the Department of the Air Force addresses inquiries regarding Solicitation FA561324Q0030, specifically regarding the head-end system of a central monitoring and control software aimed at integrating buildings. As of the memorandum dated August 23, 2024, the manufacturer of this head-end system has not been finalized and will be determined under a separate contract. This response clarifies misunderstandings from prior communications, particularly the assumption of a Siemens Desigo CC system currently in use. Interested parties are encouraged to direct further questions to designated contract officials, ensuring effective communication throughout the solicitation process. The document underlines the importance of precise details in government procurement, highlighting how specifications can evolve as projects move forward.
    The document outlines a solicitation for the procurement of building controllers under the Women-Owned Small Business (WOSB) program, specifically for a project involving upgrades to BACnet/IP based controllers. The contractor is required to replace existing building controllers across multiple buildings, which includes installation, programming, and integration of new equipment as per the Statement of Work. Key components include delivery specifications, inspection and acceptance procedures, and payment terms. Deliveries are scheduled within 210 calendar days from the award date, with specific oversight from a designated point of contact, Mr. David Singer. The solicitation also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, addressing compliance, safety, environmental standards, and the unique identification of delivered items. The focus is on ensuring that all work meets commercial practices, regulations for workplaces, and installation standards while promoting participation from economically disadvantaged women-owned small businesses and making procurement processes transparent and competitive. This solicitation exemplifies the federal government's initiative to enhance opportunities for small businesses in government contracting.
    The document details an amendment to a federal solicitation, specifically related to a contract modification. It extends the due date for offers from August 9, 2024, to August 26, 2024, while adjusting the response due time from 4:00 PM to 9:00 AM. The amendment includes the addition and deletion of various clauses, notably incorporating DFARS clauses related to contractor purchasing systems and counterfeit part detection, while removing clauses pertaining to the Buy American program. Moreover, it specifies updates to the Statement of Work (SOW) by including new documentation and responses to previously raised questions. Offerors are instructed to submit their proposals electronically, emphasizing the need for experience with energy management control systems and familiarity with BACnet/IP implementations in German infrastructures. Offerors must provide reliable past performance information, along with a concise technical approach to the project, ensuring that submissions align with the newly modified requirements. Overall, this amendment serves to clarify solicitation conditions and expectations while enabling contractors to adjust their bids in accordance with the updated terms and deliverables outlined in the SOW.
    This document serves as an amendment to a federal solicitation (FA561324Q0030) for a project involving the implementation of energy management control systems (EMCS) at Ramstein Air Base. Key changes include an extension of the deadline for offer submissions from August 26 to August 28, 2024, and the incorporation of applicable trade agreements clauses. Furthermore, a second set of questions and answers has been published, which is now part of the solicitation requirements. Contractors are required to submit a technical approach and past performance information relevant to the integration of BACnet/IP systems into existing infrastructure. This information must demonstrate the contractor's experience, showcasing recent (within five years) and relevant projects. Selected offerors need to outline their plan for installation and programming of new controllers, ensuring compatibility with the existing EMCS system. The overall purpose of the amendment is to provide clarity on project expectations, enhance compliance with federal trade agreements, and ensure that submissions include detailed technical approaches and past performance metrics that align with the project's specific requirements, thereby facilitating an informed selection process.
    The Ramstein Air Base Telecommunications Installation Guide serves as a comprehensive resource for the planning and installation of telecommunications infrastructure at the base. It establishes mandatory technical requirements and standards for various types of cabling and telecommunications spaces, ensuring uniform implementation of cyber telecommunications systems. The document details obligations for contractors, including the need for professional certifications, quality assurance protocols, and adherence to specific regulations, like the EN 50174-1. Key sections explore primary, secondary, and tertiary cabling specifications, including the dimensions and requirements for telecommunications rooms and entrance facilities. Grounding and bonding practices are addressed to ensure safety and compliance with German regulations. The guide also emphasizes quality control, requiring detailed inspections following installation to verify adherence to established standards. Intended for designers, contractors, and engineers, this guide is vital for any projects under the Military Construction (MILCON), Minor Construction (MACC), or Sustainment, Restoration, and Modernization (SRM) frameworks at Ramstein Air Base, thereby reflecting the U.S. military's commitment to maintaining a secure and efficient communications infrastructure.
    The document outlines the detailed identification and classification system for various components, machinery, and features at the Ramstein Air Base and connected facilities. Following the VDI 3814 and VDE/IEC standards, it categorizes elements into distinct functional groups, encompassing building automation, trade markings, and specific operational aspects. Each section includes specific codes and descriptions for components like automation stations, electronic controls, and trade-specific systems such as heating and cooling, along with their spatial distributions and technical specifications. This classification framework is essential for managing infrastructure, ensuring adherence to safety standards, and facilitating maintenance operations. The emphasis on a systematic labeling and functional documentation process reflects the government's focus on operational efficiency and regulatory compliance in military facilities management. The summary captures the essence of a meticulous system aimed at clarity and organization of complex technical environments, catering specifically to the operational needs of the military infrastructure.
    The Department of the Air Force issued Guidance Memorandum DAFGM2023-32-01 outlining cybersecurity policies for Civil Engineer-owned control systems. The document emphasizes the integration of operational technology into critical infrastructure, detailing the importance of securing control systems to protect mission reliability and prevent vulnerabilities that could be exploited by adversaries. It defines the scope of control systems, outlines roles and responsibilities for personnel involved in cybersecurity management, and specifies mandatory compliance with established frameworks. Key measures include the establishment of a control systems inventory, risk management protocols, continuous monitoring, and mandatory training for personnel. The memorandum mandates a tiered approach to cybersecurity measures, emphasizing tailored security controls and the importance of conducting vulnerability assessments and mitigations. It also provides guidance for contract requirements related to construction and maintenance of control systems, stressing the need for open standards and data interoperability to avoid vendor lock-in. This comprehensive approach underscores the Air Force's commitment to fortifying infrastructure against cyber threats while ensuring mission readiness. The guidance seeks to harmonize existing policies with specific directives for better security practices in controlling critical systems across military installations.
    The government file FA561324Q0030 outlines specifications for cabling installations across various buildings, intended for compliance with federal requirements. The document details cabling needs for multiple sites, specifying the number of floors, controllers, and penetrations required for each building. Notably, buildings B2117, B2127, B2128, B2513, B100, B570, B2018, B3450, B3542, and B3453 were identified with precise cable run lengths, the need for wall and floor penetrations, and the requirement for DISA-approved network switches in certain locations. The cabling work necessitates careful planning, involving elevated work platforms in some cases and adherence to stringent installation standards. The overall initiative aims to modernize and enhance the networking infrastructure in federal facilities, ensuring efficiency and compliance with established guidelines. This summary serves as a concise overview of the cabling project’s logistics and operational requirements.
    Lifecycle
    Title
    Type
    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 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 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 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.
    86 MXG C-130 Wash & Lube Services Contract II
    Active
    Dept Of Defense
    The Department of Defense, through the 700th Contracting Squadron, is seeking proposals for the C-130 Wash & Lube Services Contract II at Ramstein Air Base, Germany. This procurement involves comprehensive aircraft cleaning and maintenance services, including corrosion control and documentation, adhering to Air Force standards and regulations. The contract is critical for maintaining the operational readiness and safety of military aircraft, with a performance period from January 2, 2025, to January 1, 2030, including four optional years. Interested vendors must submit their proposals by November 18, 2024, and are encouraged to attend a site visit on October 23, 2024, to better understand the scope of work; for inquiries, contact Ms. Iris Laub or TSgt Carleen Clinger via email.
    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.
    FY19-20 Family Housing Improvements Baumholder
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Europe District, is seeking contractors for the FY19-20 Family Housing Improvements project in Baumholder, Germany. This initiative aims to revitalize 66 Army Family Housing units across five buildings, focusing on modernizing living spaces and enhancing energy efficiency, accessibility, and overall living conditions. The anticipated contract value ranges from $25 million to $100 million, with a construction completion period of approximately 1,325 calendar days following the Notice to Proceed. Interested contractors should submit their responses by 1 November 2024, to the designated contacts Betsy Weintraub and Bjorn Hale via email, as no hard copies will be accepted.
    Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) - Royal Air Force Lakenheath, United Kingdom
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is initiating a Notice of Opportunity (NOO) for an Energy Savings Performance Contract (ESPC) at the Royal Air Force (RAF) Lakenheath in the United Kingdom. The objective is to engage a qualified Energy Service Company (ESCO) to implement energy conservation measures (ECMs) that enhance energy resilience and reduce energy costs, aligning with federal sustainability goals. This project is significant as it aims to integrate renewable energy solutions and improve energy management systems while ensuring compliance with relevant regulations. Responses to this solicitation are due by November 8, 2024, at 3:00 PM EST, and interested parties should submit their proposals via email to DLAEnergy-ESPC@dla.mil. For further inquiries, contact Jacob H. Vigil at jacob.vigil@dla.mil or MaryLee Huerta at MaryLee.Huerta@dla.mil.
    Heating, Ventilation and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Civil Engineer Center (AFCEC), is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) Recommissioning and Energy Optimization Services (REOS) across various U.S. Air Force installations. The primary objective of this procurement is to enhance HVAC system performance and energy efficiency, ensuring optimal functionality and long-term energy consumption reduction at selected facilities throughout the Continental United States (CONUS), Alaska, and Hawaii. This initiative is critical for maintaining compliance with federal energy reduction policies and improving operational efficiency within military settings. Interested firms must submit a capability statement by November 18, 2024, and should be registered in the System for Award Management (SAM) prior to award. For further inquiries, contact Mrs. Lisa Jones at lisa.jones.31@us.af.mil or Geraldine Gladden at geraldine.gladden@us.af.mil.