SOURCES SOUGHT
N -- Utility Monitoring and Control Systems
- Notice Date
- 5/2/2012
- Notice Type
- Sources Sought
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY12GT107
- Response Due
- 5/18/2012
- Archive Date
- 7/17/2012
- Point of Contact
- Kristin Daggett, 256-895-8102
- E-Mail Address
-
USACE HNC, Huntsville
(kristin.l.daggett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought-W912DY-12-G-T107 This notice is issued solely for informational and planning purposes and does not constitute a solicitation. The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) is contemplating an extension to the term of the Single Award Task Order Contract (SATOC), W912DY-10-D-0034, for its Utility Monitoring and Control Systems (UMCS), Heating, Ventilating, and Air Conditioning (HVAC) systems, and other automated control and monitoring systems using a proprietary Siemens Apogee Building Automation System. The current SATOC is held by a large business, Siemens Government Technologies, Cage Code 0DZG1. Utility Monitoring & Control System Contractor shall be licensed and trained to design, install, commission, and service the APOGEE system. Contractor shall be regularly engaged in the installation and maintenance of Siemens APOGEE systems. Contractor shall support open communication architecture with the capabilities to support and integrate in a multi-vendor environment. The system shall be capable of utilizing standard protocols such as Native BACnet, LonWorks, and Modbus as well as integration to third-party systems via existing legacy and proprietary protocols incorporating direct digital control (DDC) for energy management, equipment monitoring and control. System provided shall support high speed Ethernet communication using TCP/IP protocol at the workstation and field panel communication level.. System shall support both standard and vendor specific protocols to integrate a wide variety of third-party devices and legacy systems. Supervisory Controllers/Engines Contractor shall provide a system that utilizes the programming language known as PPCL (Power Process Control Language), which provides the user access on one program language throughout the control system. System shall provide automatic backup and restoration of all building controls databases on the centralized database storage. In addition, all database changes shall be performed while the workstation is on-line without disrupting other system operations. Changes shall be automatically recorded and downloaded to the appropriate control panels. Changes made at the user-interface of control panels shall be automatically uploaded to the workstation, ensuring system continuity. Operator Interface software shall be configured to send out messages to numeric pagers, alphanumeric pagers, phones (via text to speech technology), SMS (Simple Messaging Service, text messaging) Devices, and email accounts based on a point's alarm condition. Access to system data shall not be restricted by the hardware configuration of the system. The hardware configuration of the network shall be totally transparent to the user when accessing data or developing control programs. The servers shall act as the central database for system graphics and databases to provide consistency throughout all system workstations. The operator interface software shall include applications to track the actions of each individual operator, such as alarm acknowledgement, point commanding, schedule overriding, database editing, and logon/logoff. The application shall be able to list each of the actions in a tabular format, and have sorting capabilities based on parameters such as ascending or descending time of the action, or name of the object on which the action was performed. The application shall also allow querying based on object name, operator, action, or time range. DDC System DDC Controllers shall have the ability to access any data from, or send control commands and alarm reports directly to, any other DDC Controller or combination of controllers on the network without dependence upon a central or intermediate processing device. DDC Controllers shall be able to send alarm reports to multiple operator workstations without dependence upon a central or intermediate processing device. Wireless communications shall take place using modular wireless transceivers at each device to eliminate the need for a physical network communication cable. Each DDC Controller shall operate independently by performing its own specified control, alarm management, operator I/O, and data collection. The failure of any single component or network connection shall not interrupt the execution of any control strategy, reporting, alarming and trending function, or any function at any operator interface device. DDC Controllers shall be able to assign password access and control priorities to each point individually. The Logon password (at any workstation or portable operator terminal) shall enable the operator to monitor, adjust, or control only the points that the operator is authorized to access. All other points shall not be displayed at the workstation or portable terminal. (e.g. all base building and all tenant points shall be accessible to any base building operators, but only certain base building and tenant points shall be accessible to tenant building operators). Passwords and priority levels for every point shall be fully programmable and adjustable. Work requirements will be defined in specific Task Order Performance Work Statements (PWS) under a basic contract PWS. Services will include, but not be limited to, development of equipment installation engineering plans; providing hardware and software; system testing and check-out; performing facility modification and minor construction required to support equipment installation; providing security and force protection measures; interfacing with and installing new data transmission equipment; determining compatibility of new equipment with existing systems; preparing system and component documentation; providing operation and maintenance manuals; providing UMCS and other system training; warranting systems; maintaining and servicing systems; operating and monitoring systems; preparing after action and other reports; and providing as-built installation drawings. The Government is performing market research prior to extending the term of the current SATOC. There is no intent to increase the previously awarded capacity under this SATOC. Contractors are invited to review the above requirement and submit a response that meets the requirements listed above. Potential contractors must be able to perform all of the duties in the performance work statement, or be able to form a team that can perform all of the duties. Submit responses to this Sources Sought announcement only via E-mail to Chris.M.Newman@usace.army.mil and Kristin.L.Daggett@usace.army.mil. DO NOT SUBMIT A PROPOSAL AT THIS TIME. Do not submit extraneous materials such as cover letters, company brochures, marketing material, or a SF-330. Submittals must be received via E-mail no later than 4 PM Central Daylight Time 18 May 2012 to be considered. Only E-mail submittals will be accepted. Hard copy or fax submittals will not be accepted. The E-mail subject line must be "UMCS APOGEE SATOC Submittal" Responses will not be returned nor will be considered by the Government as offers. Instead, responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool to determine acquisition strategy. Responders are solely responsible for all expenses associated with responding to this request for information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12GT107/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02737628-W 20120504/120503000133-8484403f889f006aa2c2237fcd7dd071 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |