SOURCES SOUGHT
N -- PEACE ARCH LAND PORT OF ENTRY (LPOE) T-STATS IN OFFICER BOOTHS - Draft Statement of Work
- Notice Date
- 3/3/2016
- Notice Type
- Sources Sought
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10-P-16-LT-C-7000
- Archive Date
- 3/29/2016
- Point of Contact
- Min C. Kim, Phone: 2539317081, Keith R. Goodsell, Phone: 253-931-7775
- E-Mail Address
-
min.kim@gsa.gov, keith.goodsell@gsa.gov
(min.kim@gsa.gov, keith.goodsell@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work GSA Northwest Arctic Region Market Research for Qualified Business sources GSA Public Building Service Northwest Arctic Region NAICS: 334512 -- Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use This Notice is market research only. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. The General Services Administration, Public Buildings Service, Northwest Arctic Region is seeking qualified and interested contractors to participate in a future acquisition to replace the existing standalone thermostats with a temperature control network that is compatible with the existing building automation systems (BAS) for each of the 11 inspections booths by meeting the salient characteristics as identified under Section A of the attached "Draft Statement of Work (SOW)". Salient Characteristics - All controller equipment shall be able to interface seamlessly with other currently install control equipment and KMC Building Operating System (BAS) TotalControl TC-BAC rel. 3.3.6.1. The control equipment including its hardware and software points shall operate on the BAS with the same capacity and functionality as the rest of the native equipment on the current system. This capacity and functionality shall include but not be limited to License Restrictions, Alarm Management, Trend Logging, Set Point Adjustment, Point Overriding, Scheduling, Graphical Programming and Graphics Point Binding. The control equipment shall also support the following protocols: KMD Tier 1, BACnet IP, BACnet IP foreign device registration, BACnet broadcast management device (BBMD), BACnet MS/TP connection through a BACnet router or building controller, OPC data acquisition client. Interested parties are requested to submit the following information in response to this sources sought notice not later than March 14, 2016 via e-mail (written responses only) to the Government point of contact contained in this notice: 1. Business name, address and point of contact information. 2. Business size as listed in the Central Contractor Registration website. 3. Provide supporting documentation as to how your firm's product can meet the Salient Characteristics. 4. Provide an alternate NAICS code if your firm believes that the project should fall under a NAICS code other than 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use. 5. Provide a brief description of your workforce and its certifications, licensing, and qualifications. 6. If you are responding to this Notice from outside the geographic location of the work, please provide a short narrative detailing how you propose to mobilize and perform the work at a fair and reasonable price to the Government. 7. Please indicate if your firm is small business socioeconomic concern including, but not limited to service disabled veteran owned small business, veteran owned small business, women owned small business, HUBZone certified business, 8(a) certified business or joint venture, Alaska Native Corporation or other Native American Tribally owned business. Comments are requested regarding this Sources Sought Notice and the associated SOW. Please note that it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential certified small business sources. The Government will not reimburse respondents for the cost of the submittals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10-P-16-LT-C-7000/listing.html)
- Place of Performance
- Address: PEACH ARCH LPOE, 123 2ND ST, Blaine, Washington, 98230, United States
- Zip Code: 98230
- Zip Code: 98230
- Record
- SN04038784-W 20160305/160303235710-a1fddb15ca217f415bdd46c64a826239 (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 |