Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2022 SAM #7504
SPECIAL NOTICE

99 -- NOTICE OF INTENT TO SOLE SOURCE at Joint Base Andrews

Notice Date
6/15/2022 11:20:50 AM
 
Notice Type
Special Notice
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Response Due
6/22/2022 11:00:00 AM
 
Point of Contact
Daniel Russell, Phone: 2026858086
 
E-Mail Address
daniel.russell1@navy.mil
(daniel.russell1@navy.mil)
 
Description
SUBJECT: NOTICE OF INTENT TO SOLE SOURCE USING OTHER THAN FULL AND OPEN COMPETITION. The Naval Facilities Engineering Command (NAVFAC), Washington, DC intends to specify the below listed items as part of any projects located on Joint Base Andrews, Maryland.� A determination by the Government to not compete this requirement, for the specific items listed below, based on the responses to this notice is solely within the discretion of the Government. Reference FAR 6.302-1(c), ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements - Application for brand name descriptions."" SCADA/ BMS Supervisory Control and Data Acquisition Building Management Control Systems � The SCADA (Supervisory Control and Data Acquisition) BMS (Building Management System) system is proposed for brand name sole sourcing to Siemens APOGEE building automation system. Joint Base Andrews uses an integrated system compromised of Siemens APOGEE that this airfield will integrate into the EMCS (Energy Management Control System) upon completion of the project. The project includes renovation of an existing building B3464 and an addition. For the renovation, the existing DDC (Direct Digital Control) controller will remain and new expansion power modules will be utilized.� For the addition portion of the project we will use expansion power modules and extend the existing DDC controller IO points. Listed below is the requirements to provide and install the following components: ITEMS NOT PERMITED, NO EXCEPTIONS: Use of JACE Tridium, LonWorks, BACnet IP �gateways�, BACnet IP 3rd party interfaces or devices or any other forms of open or proprietary protocols shall not be permitted. Devices with built in wireless communications of any kind, including but not limited to WAPs (Wireless Access Points), Bluetooth, and Wireless FLN / MSTP, regardless of ability to disable wireless functionality, shall not be permitted. Installation and use of DDC Field panel Web Servers shall not be permitted. Connections from the DDC system to Lighting Control Systems, if required, shall be via hardwired points connected directly from Lighting Control devices (ie Motion Detectors / Light Level Monitors) to DDC controllers. Communication protocol interfaces between the DDC system and Lighting Control Systems shall not be permitted. BACnet protocol System to be installed in accordance with UFC 3-410-02 dated 18JUL2018 (Direct Digital Control for HVAC and Other Building Control Systems) �BACnet standard�, UFGS 23 09 23.02 (BACnet Based BSC). DDC points shall be hardwired to DDC panels or communicate thru BACnet MSTP interface. The DDC system shall communicate with the existing Siemens Industry service and software located at CE Headquarters (#B3465), Joint Base Andrews, Maryland. The new DDC network will be connected to, share points, and allow total communication to the existing network controllers and local engineer and user consoles. Communication between the new expansion power modules with the existing DDC controller already connected to the existing Siemens Industry server shall be across the existing fiber network dedicated. The DDC contractor shall provide and install all required managed switches to accomplish this communication requirement. The DDC contractor shall provide and install all required managed switches to accomplish this communication requirement.� Dedicated underground fiber optic strands from building to building and internal building patch panel to patch panel (Comm Room Main Distribution Frame to Intermediate Distribution Frames), shall be provided for use of the DDC system as part of this project.� The DDC system installer is not expected to install dedicated underground or intermediate fiber optic cabling as part of this project. Utility Metering connections to the DDC system for water and natural gas shall be hardwire pulse inputs. For water metering, this shall be accomplished via a positive displacement meter with isolated pulsed output contact. For natural gas metering, this shall be accomplished via an isolated pulsed output contact installed on the building gas meter.� Contact natural gas provider (Washington Gas) for further information.� For Electrical metering shall be via a Siemens MD-BMED model power meter (or Siemens equivalent).� Utility Metering utilizing any other form of communication protocol interfaces shall not be permitted. Connections from the DDC system to Electrical Control Systems, other than Utility Metering as described above, shall not be permitted. This integration requires a compatible system to be installed. Vendors who offer the above items, which can meet one or all of the above functional criteria are invited to respond to this notice. Responses must include the following information: (1) Identification of the manufacturer's name, address, and country of product manufacture. (2) Fully detailed specification sheets. (3) Narrative addressing how your product meets the salient features listed above. All responses must be received by 22 JUNE 2022, 2:00PM EST, in order to be considered by the Government.� A determination by the Government not to compete these sole source items based upon responses to this notice is solely within the discretion of the Government. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS.� It is a market research tool being used to determine the availability of other qualified sources that can meet the requirements identified above.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. Please send responses via email to Mr. Daniel Russell at daniel.russell.civ@us.navy.mil. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a0454472532434297dcb08969b3f23e/view)
 
Record
SN06358833-F 20220617/220615230106 (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 |
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.