Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOURCES SOUGHT

41 -- Sources Sought Announcement - HVAC Controls - Pavement & Maintenance Facility, Grand Forks AFB, ND

Notice Date
1/17/2025 11:34:42 AM
 
Notice Type
Sources Sought
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25SM013
 
Response Due
2/14/2025 10:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
Scott Dwyer, Phone: 4029952584, Jessica R. Jackson
 
E-Mail Address
Scott.Dwyer@usace.army.mil, jessica.r.jackson@usace.army.mil
(Scott.Dwyer@usace.army.mil, jessica.r.jackson@usace.army.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR HONEYWELL HVAC CONTROLS - PAVEMENT & MAINTENANCE FACILITY AT GRAND FORKS AFB, ND Notice ID: W9128F25SM013 INTRODUCTION The US Army Corps of Engineers, Omaha District is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide HVAC control systems to include Direct Digital Control (DDC), Energy Management Control System (ECMS) and Java Application Control Engine (JACE) systems in the construction of the Pavement and Maintenance Facility at Grand Forks Air Force Base, North Dakota. The result of this market research will contribute to determining the method of procurement. Based on the responses to this Sources Sought notice/market research, this requirement may include specifications regarding the HVAC control systems, or, if justified by market research, a brand name Justification and Approval. USACE intends to issue one (1) design-bid-build construction contract. The solicitation is anticipated to be full and open competition. The magnitude of construction is expected to range between $25,000,000 and $100,000,000. This Sources Sought is specific to HVAC control systems required for this project to include Direct Digital Control (DDC), Energy Management Control System (EMCS) and Java Application Control Engine (JACE) systems. NOTE: The Air Force is currently developing a class J&A for brand name HVAC control systems. This is a supplementary market research effort conducted by the Army to support these specific projects. Given the high percentage of Honeywell control systems currently on the installation, technicians have significantly more experience and familiarization working with their equipment than other manufacturers. Additionally, use of the Honeywell control systems would interface seamlessly with the existing base wide EMCS system without duplicative backbone and interface systems. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND This project is to construct a snow barn for heavy equipment and snow removal equipment with structural steel frame, partial masonry walls, metal siding, standing seam metal roof system, and concrete foundations and floor slabs. Exterior shall comply with Grand Forks AFB Architectural Compatibility Guide. Project includes site preparation and improvements, landscaping, underground utilities, pavements for parking and access, communications, security systems, lights, above ground fuel tanks, and anti-icing tanks. Facility will provide a large maintenance bay with drive through capability and smaller bays for heavy equipment. Support spaces include but are not limited to office areas, breakroom, kitchen, lockers, wash rack, and tool storage area. The project will demolish buildings 520 (1,820 Square Meters), 521 (1,820 Square meters), and 522 (3,595 Square Meters) (Total 7,235 Square Meters). Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. Each facility must be compatible with applicable DoD, Air Force, and base design standards. In addition, sustainable (green) construction materials and techniques shall be used where cost effective and/or where specified. REQUIRED CAPABILITIES The Government requires HVAC control systems for this project. The intent of this Sources Sought is to assess the state-of-the art of the technology available in the HVAC control systems that could be applied to meet this requirement. As stated above, the Air Force is currently developing a class J&A approved for Honeywell brand HVAC control systems. The USACE is interested in additional market research to supplement the Air Force market research and identify any potential alternate brands of HVAC control systems that may be suitable for the Air Force�s needs. Non-Developmental Item. The HVAC control systems must be a non-developmental item to the maximum extent possible. Qualification. The HVAC control systems must be qualified and demonstrate compliance to the Honeywell brand HVAC controls, and all associated components, capable of supporting the above referenced facility. Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. Interested vendors should provide information on product warranties, repair technicians� availability, and repair response times for their products. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Controlled Unclassified Information (CUI). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 236220 � Commercial and Industrial Building Construction with a Small Business Size Standard of $45M. The Product Service Code (PSC) is Y1JZ � Construction of Miscellaneous Buildings. The applicable NAICS code for this requirement is 334512 � Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use with a Small Business Size Standard of 500 employees. The Product Service Code (PSC) is 4130 � Refrigeration and Air Conditioning Components. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Scott Dwyer in either Microsoft Word or Portable Document Format (PDF), via email Scott.Dwyer@usace.army.mil no later than 12:00 p.m. Central Time on 14 February 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, 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. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba96e0c6992b46ed9fda79f706a673a4/view)
 
Place of Performance
Address: Grand Forks AFB, ND 58204, USA
Zip Code: 58204
Country: USA
 
Record
SN07317071-F 20250119/250117230106 (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.