Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOURCES SOUGHT

Z -- Sources Sought-only - document

Notice Date
1/6/2016
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division Upstate New York Unit, 100 South Clinton Street, Syracuse, New York, 13261, United States
 
ZIP Code
13261
 
Solicitation Number
01-06-16-sourcesought
 
Archive Date
2/9/2016
 
Point of Contact
Matthew Murphy, Phone: 5187086160
 
E-Mail Address
matthew.murphy@gsa.gov
(matthew.murphy@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought only THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible firms that would be interested in submitting offers for this anticipated solicitation. The General Services Administration (the "GSA") is conducting a market research survey for the purpose of seeking possible small business contractors capable of providing construction services for two separate contracts to upgrade the existing Building Automation System (BAS) systems of three separate buildings which are currently utilizing the outdated and unsupported Schneider Electric Niagara R2 platform to the latest and supported release as identified as Tridium/Niagara N4. This effort will entail the replacement of BAS Network Controllers and the replacement of supervisory/administration software as hosted on two separate GSA provided virtual servers, (one independently serving the Keating Federal Building in Rochester NY, and another serving both the BAS systems in the Hanley Federal Building in Syracuse NY and of the Binghamton Federal Building in Binghamton NY) with all necessary migration and recreation of BAS coding/programming and graphics. Contractor responsibilities will include, but are not limited to, the management, supervision, trade coordination, scheduling, planning, phasing, delivery and installation of materials associated with this project. All proposed employees of the contractor and the subcontractors shall be capable of adhering to HSPD-12 security requirements. The current estimated construction cost range is $2,000 to $150,000. The estimated project duration is 6 months (180 days) after Notice to Proceed ("NTP"). The North American Industry Classification System ("NAICS") code for this effort is 238210, and the Small Business Administration ("SBA") size standard is $15 million dollars in annual receipts averaged over a concern's latest three (3) completed fiscal years. Interested parties are requested to submit a Written Letter of Interest along with a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. •(1) Do you meet the Small Business size standard (average annual receipts less than $15 million for the past three (3) years)? Otherwise, indicate that you are a large business firm. •(2) Is your firm an 8(a), HUBZone Small Business and/or Service Disabled Veteran-Owned Small Business? Please indicate the applicable representation(s). (For additional information on small business size standards and small business programs, please visit www.sba.gov). •(3) In the past three (3) years has your firm completed any projects demonstrating experience performing work similar in size, scope, complexity and magnitude to this requirement? If yes, please provide a brief description of that experience. •(4) Does your firm have a minimum of two servicing technicians (two each) which can be on site within two hours to make physical diagnosis and repair at the: •a. Keating Federal Building in Rochester NY (yes or no) •b. Hanley Federal Building in Syracuse NY (yes or no) •c. Binghamton Federal Building in Binghamton NY (yes or no) Please provide the names and hometown of all proposed technicians (no addresses or any personal information please). •(5) Of the proposed names of all the technicians of item 4 above, does each technician: •a. Has a Microsoft Technology Associate (MTA) Certification (yes or no), •b. Is competent in establishing Wide Area Networks under all current Microsoft operating systems (yes or no), •c. Is competent in establishing and manipulating BACnet communication between BACnet devices (yes or no), •d. Is recognized (with training certificates) by the BAS manufacturer your company represents as competent to install and service Niagara N4 supervisory software (please provide certificates of training or letter attesting completion), •e. Can demonstrate that they are competent with using the Schneider Electric Work Place Tech software for servicing the Schneider Electric branded I/A and earlier field controllers (please provide a letter providing a list of customers whom have such controllers and are serviced by the proposed technician), •f. Can demonstrate that they possess a copy of the International Energy Code/ASHRAE 90.1 are knowledgeable and competent with the requirements for air and water temperature reset, air and water pressure reset, optimum start and airside economizer requirements (please provide a letter attesting competency and any training that has been obtained). •(6) Does your firm have the ability to procure BAS supervisory software and network controllers utilizing the Tridium Niagara N4 framework legally and with full warranty from the manufacturer and their distribution network (yes or no), •(7) Can demonstrate that the company is recognized and is in good standing by the manufacturer of the BAS as a qualified reseller, engineer and installer of their products, obtaining via email technical/service bulletins, software patches and updates (yes or no), Interested firms should submit a Written Letter of Interest to Matt Murphy, Acquisition Management Specialist. Please EMAIL your response to matthew.murphy@gsa.gov, or mail your response to the General Services Administration, ATTN: Matt Murphy, 11a Clinton Ave, Suite 826, Albany, NY 12207-2335 by 5 p.m. January 22, 2016. For additional information regarding this anticipated opportunity, please contact Matt Murphy at (518) 708-6160.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62a4a792254ae4a729cc45fbfddc391c)
 
Place of Performance
Address: Rochester, NY, Syracuse, NY, Binghamton, NY, Syracuse, New York, United States
 
Record
SN03983866-W 20160108/160106234326-62a4a792254ae4a729cc45fbfddc391c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.