SOURCES SOUGHT
K -- Sources Sought Tridium Building Automation System Upgrades Puget Sound Area - Tridium-01
- Notice Date
- 6/9/2017
- 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), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10P-17-LT-SSN-0002
- Point of Contact
- Keith R. Goodsell, Phone: (253)931-7775, Kenneth H. Winn, Phone: 2062950455
- E-Mail Address
-
keith.goodsell@gsa.gov, kenneth.winn@gsa.gov
(keith.goodsell@gsa.gov, kenneth.winn@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS The General Services Administration, Northwest/Arctic Region, Public Buildings Service 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 upcoming Building Systems Network upgrades. Locations: Nakamura Courthouse (WA0035ZZ) 1010 5th Ave, Seattle, WA 98104 Peace Arch Border Station (WA0132PA) 100 Peace Portal Dr, Blaine, WA 98230 Estimated Period of Performance: 8/1/2017 thru 2/28/2019 (includes See draft Statement of Work attached. Project Magnitude: less than $500,000 Note: Any contractor- provided hardware requiring access to the GSA network, must be pre-approved for use by the GSA (PBS CIO). All IP-enabled devices will be evaluated and scanned to determine any potential IT Security vulnerabilities. GSA will provide a report indicating the required configuration changes to the device that must be made in order for installation to be acceptable and approved. Contractors must make any required configuration changes before their product will be accepted for use. Configuration changes are not a change in scope and are not subject to equitable adjustment under the contract. This process make take 6 months or longer to complete (sometimes upon to a year or more), depending on the lab workload and the number of times a device needs revision to resolve any IT Security vulnerabilities identified. It is expected that both the contractor and GSA will coordinate with the manufacturer regarding these issues, with the solution being provided at no additional cost. The GSA has been working with other name brand BAS equipment manufacturers to resolve similar issues for their equipment. Costs have been borne by the manufacturer in such cases. This Notice is for 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. Market Research for Qualified Business sources indicates a North American Industry Classification System (NAICS code) of 334512 or 334290; and a Product Service Code (PSC) of N059 or N070. There may be other NAICS or PSCs that apply. Work Summary - Contractor shall provide necessary software and labor to create BAS server (Tridium Niagara 4.3 or greater). Server shall be installed and configured on GSA Public Building Services Server Support (PSS) provided virtual servers. Contactor to provide JACE-8000 (Open architecture) supervisory controllers and integrate existing KMC devices. Tridium license shall be "open" and accept traffic from and to all and any brand. License shall allow at least five (5) client session at the same time. KMC supervisory controllers shall be connected to the JACE -8000 controller via twisted pair cable using BacNet MS/TP communication protocol. Provide firmware updates to all IP level networked devices (KMC) to enable the use of BacNet/IP protocol in order to comply with GSA IT policy Standards. Install BAS graphics to allow complete navigation to all HVAC equipment or systems that the BAS controls. See SOW for graphics requirements. Training to government and contractor employees will be a deliverable on the contract. Interested parties will required to comply with GSA Order 3490.2 regarding safeguard Sensitive but Unclassified building information that will be provided during the solicitation and will be required to complete and return an agreement stating the same before access to some of the information is provided. This project will deliver a solution to move the BAS monitoring equipment onto the GSA Network. The work will be required to be phased as per Contract Line Item Number (CLIN). Each CLIN represents a different building. Expectations: All on site contractor team working onsite will need to be cleared through GSA and OPM. As such, it is requested that you carefully consider the security processing capabilities of your firm and associated subcontractors. The current process is taking approximately 30 to 45 days or more after a fully completed and accurate package is received. Contractor personnel must be prepared to complete online security questionnaires and obtain fingerprinting at one of the local facilities within the greater Seattle region, The Contractor will need to closely cooperate and coordinate with the GSA regarding efforts to plan and perform the work and being provided access to security areas, outages, and other special project related requests. The expectation is that the Contractor will take the necessary actions to resolve all issues in an expeditious and friendly manner. The Contractor will need to closely manage and coordinate with subcontractors. The contractor's detailed planning documents will need to be reviewed by the GSA. The Contractor team must be well versed in all applicable codes, processes, and GSA requirements. 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, email address, Website 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. 1. Business name, address and point of contact information. 2. Business size, appropriate NAICS and PSCs, as listed in the System for Award Management website (sam.gov). 3. Provide a brief description of your workforce including disciplines trades, number employees per discipline/trade, certifications, licensing, and qualifications. 4. Identify any teaming arrangement with subcontractors/subconsultants that your firm has worked with or will need to work with to accomplish all of the work noted above. 5. Identify the number of projects and dollar value of projects that your firm or potential team has completed with of comparable size and complexity, 6. Identify the number of Triduim Building Automation System projects and dollar value of projects that your firm or potential team has completed with the GSA. 7. Identify the number of number of project management, and technical personnel current cleared to work with GSA. 9. 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 and in a timely manner, especially warranty work.. 10. Please indicate if your firm is large business, other than small business, small business socio-economic concern including, but not limited to service disabled veteran owned small business, veteran owned small business, women owned small business, economically disadvantaged women-owned small business, HubZone certified business, 8(a) certified business or joint venture, Alaska Native Corporation, Native American Tribally owned business or other business (provide details if other). 11. Indicate whether you are interested in participating as prime contractor, subcontractor, subconsultant, or other. If other, clearly specify your interest. 12. If you firm has a current GSA Schedule contract under which the work can be performed, clearly state the contract number and Schedule number. Comments may also be provided in response to this Sources Sought Notice. 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, economically disadvantaged women-owned small business concerns. 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. 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 01/04/2017. All responses under this Sources Sought Notice must be emailed to keith.goodsell@gsa.gov and jonica.chalcraft@gsa.gov. If you have any questions concerning this opportunity please contact: Keith Goodsell at keith.goodsell@gsa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-17-LT-SSN-0002/listing.html)
- Place of Performance
- Address: Nakamura Courthouse (WA0035ZZ), 1010 5th Ave, Seattle, WA 98104, Peace Arch Border Station (WA0132PA), 100 Peace Portal Dr, Blaine, WA 98230, Washington, United States
- Record
- SN04539146-W 20170611/170609234114-30286b62de8bc6ac28600b6064e5e532 (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 |