SOURCES SOUGHT
70 -- Market Survey MetaSys Johnson Controls Upgrade
- Notice Date
- 5/12/2022 2:20:18 PM
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- AC-22-02943
- Response Due
- 5/26/2022 1:00:00 PM
- Point of Contact
- Andre Casiano, Phone: 405-954-7850
- E-Mail Address
-
andre.casiano@faa.gov
(andre.casiano@faa.gov)
- Description
- ********************************MARKET SURVEY*************************************** This is not a Screening Information Request or Request for Proposals of any kind; The FAA is not seeking or accepting unsolicited proposals; The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and Any costs associated with the market survey submittal are solely at the interested vendor�s expense. The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma has a requirement �to update the existing obsolete, system specific facility power plant controllers, with controllers that will enhance power plant operation, information system security communication and maximize energy conservation to include adding redundancy for monitoring MMAC current weather condition This project includes providing and installing Metasys software/hardware updates that will allow the FAA to monitor, operate, gather, report, and archive utility usage data for the facility.� MMAC utilizes the Johnson Controls Metasys Direct Digital Computer Control Monitoring System as the complex of hardware and software devices to monitor, control, and maintain the Center�s heating, ventilating, and air conditioning through hardware and software, which is proprietary to Johnson Controls communicating using MS/TP (Master-slave/Token-Passing) and industry standard BacNet protocol certification. Specific Tasks will include: � Building 228-NETS: Provide and install new 24x36 panel with CGM. Provide, mount, and wire (1) new expansion module (XPM9090) in panel. Provide, mount, and wire new SNE 10500 network engine in new panel. Extend minimum CAT 5 network drop to new SNE in panel. New controllers to replace existing DX9100 for CHWS and HW system in building. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 219-DSAR: Remove existing DX9100s serving CHWS and HWS. Provide, mount, and wire (1) new SNE (1101) network controller in existing DX9100 panel. Provide, mount, and wire (1) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (1) new CGM controller in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 227-ESF: Remove existing DX9100s serving CHWS and HWS. Provide, mount, and wire (1) new SNE (1101) network controller in existing DX9100 panel. Provide, mount, and wire (3) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (1) new CGM controller in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 004-FIB: Remove existing DX9100s serving CHWS. Provide, mount, and wire (1) new SNE (1101) network controller in new 24x36 panel with display. Provide, mount, and wire (1) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (2) new CGM controllers in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 201-PSF: Remove existing DX9100s serving CHWS and HWS. Provide, mount, and wire (1) new SNE (1101) network controller in new 24x36 panel with display. Provide, mount, and wire (1) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (2) new CGM controllers in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 232-PTSF: Remove existing DX9100s serving CHWS and HWS and EF system. Provide, mount, and wire (1) new SNE (1101) network controller in new 24x36 panel with display. Provide, mount, and wire (3) new expansion modules (XPM9090) in existing DX9100 panel. Provide mount, and wire (1) new CGM controller in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 217-RSF: Remove existing DX9100s serving CHWS and HWS. Provide, mount, and wire (1) new SNE (1101) network controller in new 24x36 panel with display. Provide, mount, and wire (2) new expansion modules (XPM9090) in existing DX9100 panel. Provide mount, and wire (1) new CGM controller in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 022-ARB: Remove existing DX9100s serving heat exchanger and secondary chilled water pumps. Provide, mount, and wire (1) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (2) new CGM controllers in existing DX9100 panel. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 230-SCC: Remove existing DX9100s serving CHWS and HWS. Provide, mount, and wire (1) new SNE (1101) network controller in new 24x36 panel with display. Provide, mount, and wire (2) new expansion modules (XPM9090) in existing DX9100 panel. Provide mount, and wire (1) new CGM controller in existing DX9100 panel. Extend minimum CAT 5 network drop to new SNE. Program and map new controllers on existing system, transfer control logic from old DX9100s. �Building 207-HWB: Provide and install new 24x36 panel with CGM. Provide, mount, and wire (1) new expansion module (XPM9090) in panel. Provide, mount, and wire new SNE 10500 network engine in new panel. Extend minimum CAT 5 network drop to new SNE in panel. New controllers to replace existing DX9100 for HW system in building. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 196-SSF: Provide and install new 24x36 panel with CGM. Provide, mount, and wire (1) new expansion module (XPM9090) in panel. Provide, mount, and wire new SNE 10500 network engine in new panel. Extend minimum CAT 5 network drop to new SNE in panel. New controllers to replace existing DX9100 for CHWS and HW system in building. Program and map new controllers on existing system, transfer control logic from old DX9100s. Building 008-RAL: Remove existing UNT controller serving HWS. Provide mount, and wire (1) new CGM controller in existing UNT panel. CGM to reside on the N2 Protocol. Program and map new controllers on existing system, transfer control logic from old UNT controller. Building 229-SF: Remove existing DX9100 serving HWS. Provide, mount, and wire (1) new expansion module (XPM9090) in existing DX9100 panel. Provide mount, and wire (2) new CGM controllers in existing DX9100 panel. Tie into existing NAE in building. Program and map new controllers on existing system, transfer control logic from old DX9100s. � �(5-A) Specific Task and Environmental monitoring readings for Global Weather Station: Capricorn FLX Weather station will be mounted on the SW side of 187-TDI facility. In a manner that is secured to withstand inclement weather and provide proper for the following monitoring points but not limited to: Route wiring in conduit to existing NAE in building. Map weather station on existing campus wide JCI Metasys building automation system. Built in temperature and humidity probe with radiation shield housing. Rain Gauge. Solar Radiation Sensor. Soil/Water temperature sensor. Weather micro-Server. 10-ft fiberglass Mast. Surge suppressor. Weatherproof enclose. Wind speed MPH. Wind direction. Enthalpy. Windchill. Outside air Humidity, wet/dry bulb, dew point. Barometric Pressure. � The requirement will be for a one-time fixed-price contract. Johnson Controls, Inc. is the original equipment manufacturer (OEM) and retains the proprietary rights to the original design and technical data. Johnson Controls is currently the only known source to provide certified technicians to perform upgrade and maintenance support to their equipment The intent of this market survey is to permit companies that may possess the technical capabilities to meet this requirement an opportunity to provide specific information as to their unique capabilities as specified in this announcement. CAPABILITY STATEMENT: Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities: 1. Capability Statement - This document should identify: �� � � � Type of services provided by firm, �� � � � Size and type of services provided by previous contracts involving Metasys acquisition and support (provide detailed information and past performance), �� � � � Number of years in business Respondents must be active in the System for Award Management (SAM) (www.sam.gov). Interested parties who can comply with and meet all of the requirements called out in this market survey should respond via email with their documentation to: Ray Lena, raymond.lena@faa.gov and Andre Casiano, andre.casiano@faa.gov Mark email responses to this survey with the subject line �Market Survey: Power Plant Controller Upgrade�, to arrive by 3:00 p.m. CST, May 26, 2022.� The FAA WILL NOT pay for any information received or costs incurred in preparing responses to this market survey.� Any proprietary information should be so marked.� Individual company responses will not be disclosed to other vendors.� This announcement is for planning purposes only and SHALL NOT be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services.� Responders to this announcement may be asked to provide additional details/information based on their initial submittal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ab57c01b00949b58f8d489344f50ee1/view)
- Place of Performance
- Address: Oklahoma City, OK 73125, USA
- Zip Code: 73125
- Country: USA
- Zip Code: 73125
- Record
- SN06326204-F 20220514/220512230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |