SOURCES SOUGHT
Z -- Building Automation Controls Upgrade
- Notice Date
- 2/4/2016
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
- ZIP Code
- 04401-3055
- Solicitation Number
- W912JD16Q2006
- Archive Date
- 3/2/2016
- Point of Contact
- Jason M. Edwards, Phone: 207-404-7107, Bradford Erdmann, Phone: 2074047353
- E-Mail Address
-
jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil
(jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W912JD-16-Q-2006 SOURCES SOUGHT SYNOPSIS The Maine Air National Guard is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Building Automation Controls Upgrade at the Defense Finance & Accounting Service in Limestone, Maine. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220. The small business size standard is $15.0 Million. This acquisition will be a competed action. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, e-mail address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 16 February 2016; 10:00:00 AM EST. All responses under this Sources Sought Notice must be emailed to usaf.me.101-msg.list.msc-contracting@mail.mil. If you have any questions concerning this opportunity please contact: MSgt Jason Edwards Jason.m.edwards1.mil@mail.mil APPENDIX 1: Purpose and Objectives Interested concerns are requested to address the following specific requirements from the Statement of Work. Interested concerns shall demonstrate their existing capability. 13. BACKGROUND INFORMATION: The Current system is Honeywell Comfort Point built on the Niagara AX Platform. This is a proprietary system which can only be fully supported by the manufacturer's local branch office. Any licensing upgrades or revisions can only be purchased and installed by the branch office. In addition this version of Comfort Point was collaboration between KMC and Honeywell. All of the controllers are made by KMC and licensed to be programmable only through the Honeywell Comfort Point version of the Niagara AX workbench. Honeywell and KMC are no longer collaborating together on this product line, and the facility operations department has great difficulties locating replacement parts as a result. The system currently utilizes three Comfort Point JACE-545 controllers. The 545's are no longer available and require upgrades. All field devices are Honeywell Comfort Point branded KMC. There are approximately 16 programmable controllers for the Air Handlers, Chillers, and Boiler Room, and approximately 125 VAV-controllers. The facility currently utilizes one Comfort Point Supervisor on a local PC located in the Facility Departments Office. They also maintain a Supervisor on a Laptop computer as an emergency back-up. The intent of the scope of work shall be to migrate the proprietary system to a fully "Open" version of the Niagara AX platform. 14. OPEN SOURCE DEFINITION: In an effort to ensure that the end result will be a 100% Open system, it is important that DFAS sets the standard for what the term "Open" means. As far as the scope of this project is concerned, the term "Open" is defined below: A. The intent of this specification is to provide an open source Building Automation Control System (BACS) based on the Niagara AX Platform and a network of freely programmable interoperable open protocol BAC-net digital controllers. The Interoperable BAC-net controllers shall be fully programmable via any vendors' version of the Niagara AX Work Bench tool. B. Products requiring a licensed, non-embedded, off site programming tool are not acceptable. Open source as referred to herein shall mean that the Niagara Network Area Controller and the Interoperable Digital BAC-net Controllers (IDC) products are available from multiple contractor and vendor sources, affording the owner freedom of choice and competitive bidding for the initial installation of the (BACS) and future system expansions and modifications not limited by contractor, vendor or networking protocol. No territorially restricted OEM brands, single vendor or "branch only" products are acceptable. All products shall be available for purchase by any qualified contractor that the owner chooses to do the initial installation and any future expansion or modifications. C. All JACE's and Controllers shall be fully programmable or configurable from within any vendor's version of the Niagara AX Platform. Controllers that require any separate programming or commissioning tool outside of Niagara AX are not acceptable. D. Contractor shall be an authorized and approved representative of the product which they propose to install. 15. SCOPE OF WORK (Specific Requirements): a - Direct Digital Controls: Replace all existing JACE-545 controllers with JACE-700Open controllers' w/expanded memory. Provide and install two (2) new Rack mounted computers each running its own Open Niagara AX Supervisor. Each computer shall have two (2) hard drives which shall be configured as RAID1. The Station file in the primary Supervisor shall be constantly backed up in the secondary Supervisor. Both servers shall have the same IP and Mac address's so that either one can act as the primary Server for the system. Provide and install one (1) BAC-net MSTP to BAC-net IP router per trunk. There are currently eight (8) Trunk's in the building. Provide and install new Unitary BACnet Open License Programmable Controller, six (6) Universal/four (4) Digital Inputs, three (3) Analog/eight (8) Digital Outputs programmable controllers for all Air Handlers, HV units, Boilers, and chillers. The existing control sequences for these pieces of equipment shall be matched as closely as possible. Temperature sensors will be changed to 20k. Replace and calibrate sixteen (16) C02 sensors and Freeze-stats located in AHU's. Provide new Graphical User Interface. Program software to match existing DDC configurations and operations. *Program in (Tie in) the following General Alarms into the DDC system Alarm Page. a.Freeze-Stats b.Boiler Alarm c.Emergency Generator Call Out. d.Heat pump Wire Faults. *Existing DDC wiring maybe reused for upgraded equipment as necessary. However, the contractor shall be responsible for testing all existing wire and replace if defective at the time of installation. b - Replacement of all VAV Controllers on Trunks 1-3. The existing Honeywell KMC controllers shall be replaced with new controllers that shall be capable of being programmed directly within the Niagara AX Platform using no proprietary software. All 10k sensors shall be changed to 20k sensors. The existing KMC wall modules shall be replaced with 20 K ohm NTC non-linear wall modules. All of the existing wiring shall be re-utilized as well as all other peripheral devices such as valves, current sensors, relays, etc. Contractor shall program software to match existing DDC configurations and operations. c - Replacement of all VAV Controllers on Trunk 4-6. The existing Honeywell KMC controllers shall be replaced with new controllers that shall be capable of being programmed directly within the Niagara AX Platform using no proprietary software. All 10k sensors shall be changed to 20k sensors. The existing KMC wall modules shall be replaced with 20 K ohm NTC non-linear wall modules. All of the existing wiring shall be re-utilized as well as all other peripheral devices such as valves, current sensors, relays, etc. Contractor shall program software to match existing DDC configuration and operations. d - Additional Controller Kit: This "Kit" will consist of all of the various types of controllers that will be found throughout the facility that may be used for training purposes or for spare parts. The "Kit" will consist of the following Controllers: One (1) - JACE-700 Two (2) - Unitary BACnet Open License Programmable Controller, 6 Universal/4 Digital Inputs, 3 Analog/8 Digital Outputs Two (2) - Variable Air Volume (VAV) BACnet Open License Programmable Controller, 6 Universal/4 Digital Inputs, 3 Analog/8 Digital Outputs Two (2) - 20 K ohm NTC non-linear wall modules Two (2) - Enclosed Pilot Relay 10 Amp SPDT with 10-30 Vac/dc/120 Vac Coil Two (2) - Enclosed Pilot Relay 10 Amp SPST-N/O + Override with 10-30 Vac/dc/120 Vac Coil e -- Lighting System Replacement Removal of existing lighting system controllers Installation of eleven (11) Unitary BACnet Open License Programmable Controller, 6 Universal/4 Digital Inputs, 3 Analog/8 Digital Outputs, Installation of Sixty-Five (65) Enclosed Pilot Relay 10 Amp SPST-N/O + Override with 10-30 Vac/dc/120 Vac Coil with Manual switch (one for each lighting circuit Installation of one (1) BACnet Router Program to match existing Lighting System configuration and operation 16 - COMMISSIONING: The contractor shall complete a comprehensive commissioning analysis to ensure that all devices are connected and in proper operation. Commissioning and analysis shall be conducted on all major pieces of equipment to ensure that all existing components are in good condition and functional. Any components or peripheral devices that are found to be deficient or defective will be replaced on a time and material basis. 17 -- TRAINING: The combined aspect of this project includes 40 Hours of Training for five facilities staff. 20 hours of initial training shall be conducted upon commissioning of the upgraded system and 20 hours of follow on training conducted within 30 days of project completion. In addition, the contractor shall schedule and fund two (2) in residence Niagra (Comfort Point) courses for DFAS Industrial Control Technicians in FY16.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD16Q2006/listing.html)
- Place of Performance
- Address: DFAS-LI, 27 Arkansas Street, Limestone, Maine, 04750, United States
- Zip Code: 04750
- Zip Code: 04750
- Record
- SN04010146-W 20160206/160204235020-6188425b67a93a8a9c2731067bc083d8 (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 |