Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2023 SAM #7754
SOURCES SOUGHT

99 -- Building Automation System

Notice Date
2/17/2023 11:55:16 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0023Q0007
 
Response Due
3/3/2023 11:00:00 AM
 
Point of Contact
Judy Collier, Phone: (617)314-3240, Tony Schmidt, Phone: 6175657543
 
E-Mail Address
judy.collier@gsa.gov, tony.schmidt@gsa.gov
(judy.collier@gsa.gov, tony.schmidt@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE 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 currently. The General Services Administration (GSA), New England Region, Acquisition Management Division, is conducting market research to determine if any Small Business, SDVOSB, HUBZone, WOSB, or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The availability of firms who can successfully provide GSA Building Automation Upgrades and Network Integration services in up to 23 (twenty-three) Federally Owned and Operated buildings in New England, please see geographical locations and BAS Platforms. The requirement is for services in support of Niagara integrated Building Monitoring and Control (BMC) systems and otherwise networked advanced metering devices. The region has been migrating its BMC systems into the GSA enterprise network. The typical architecture is to install applications on a virtual server with one server supporting one, or several buildings using the given application. Many of these buildings have utilized Tridium�s Niagara to integrate legacy systems and applications from various vendors. This contract requires support for these applications, systems, and equipment as described herein. This requirement consists of three (3) major functional performance areas, and an indefinite deliverable provision. These major performance areas are: Application Support; Engineering Support; and Building Automation Systems Operations, Maintenance, and Updates Support. �This will be a performance-based service contract utilizing commercial item procedures for services in support of Niagara integrated Building Monitoring and Control (BMC) systems and otherwise networked advanced metering devices. This order requires application, engineering, help desk, operations and maintenance, and repair action support for: HVAC control systems integrated onto the GSA network using Niagara. Building and device level networks integrated using Niagara within the region including but not limited to: Alerton, Automated Logic, Delta, Distech, Johnson Controls, Lynxspring, Siemens, and Trane; Ancillary devices (which may be IP or serial) connected to the GSA network; Building Monitoring & Control Systems, and their components, including: actuators, sensors, relays, controllers, and other BMC system related control components necessary to operate building HVAC and other integrated systems; Niagara Analytics Framework as a data acquisition and management tool; Advanced meters, and advanced metering systems. All work must be done within the framework of GSA�s IT standards, managed by the Office of the Chief Information Officer (OCIO). These standards generally reflect industry and NIST standards. Maintenance of security is critical. BMC systems are within a secured VLAN called the BSN and can communicate out of the BSN only through Citrix Workspace or Citrix Virtual Desktop. Communication into the BSN from a non-GSA computer, or a GSA computer outside the BSN therefore requires the use of Citrix Workspace or Citrix Virtual Desktop. All work will support the BSN console environment as necessary for continuity of operations (COOP). The anticipated award will be a base year of twelve months with four one-year option periods. All qualified Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in Fiscal Year 2023. The appropriate NAICS Code is 561210 Facilities Support Services with a size standard of $47 Million dollars. Reference www.census.gov/naics/ and http://www.sba.gov/contractingopportunities/officials/size/index.html] FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced. It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following: (1) Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described and provide an agency or owner point of contact. (2) A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors and service technicians, to ensure timely delivery of quality work and responsiveness in accordance with Exhibit 2. (3) A summary description of your company�s relationship with Tridium (i.e. a reseller, representative, OEM, etc.), and capabilities in management of Niagara environments (e.g. JACE credential controls, credential recovery, integrations, supervisor administration, etc.) (4) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. (5) Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone or 8(a) small business concern under applicable NAICS. (6) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. Responses to this Sources Sought Notice shall be emailed to the following: judy.collier@gsa.gov, Contracting Specialist Responses must be received no later than by 2:00 PM EST on March 3, 2023. Electronic submissions will be accepted. Questions regarding this notice may be addressed to judy.collier@gsa.gov, Contract Specialist or tony.schmidt@gsa.gov, Contracting Officer. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76052298ee37467b9a6c29dfbc7a6a6d/view)
 
Place of Performance
Address: Boston, MA 02222, USA
Zip Code: 02222
Country: USA
 
Record
SN06595612-F 20230219/230217230108 (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.