Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

J -- Management and Control System Support Services to Standardize DDC and Metering Systems on Base

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-10-R-4006
 
Archive Date
4/9/2010
 
Point of Contact
Debra K. Miller, Phone: 5862395989, Jeremy L. Starrett, Phone: 5862394731
 
E-Mail Address
debra.miller@ang.af.mil, jeremy.starrett@ang.af.mil
(debra.miller@ang.af.mil, jeremy.starrett@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Selfridge Air National Guard Base is performing market research on possible Request for Proposal (RFP) that may be issued for an Energy Management and Control System support services. The ECMS function provides the following services to support Selfridge ANG Base, but are not limited to: providing services and material related to Direct Digital control (DDC) and Utility Metering systems. SANGB intends to standardize all DDC and Utility Metering Systems on the base in order to ensure compatibility and inter-operability to the maximum extent possible, while reducing maintenance and operation costs and increasing energy efficiency and energy monitoring capabilities. The Government anticipates the solicitation and award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Energy Management and Control Systems (ECMS). This contract will consist of one 12 month Base period, plus (4) four, year-long Option Periods. The Government anticipates awarding a Firm Fixed Price IDIQ type contract for this procurement because the required quantities are not known at this time. Therefore, minimum and maximum quantities will be established in the forthcoming RFP. The Government shall only have an obligation to issue one or more orders for the total minimum value that is in the contract Base ordering period. An acceptable system will be web-enabled, capable of operating via the base V-LAN, with all software residing on the central site PC server, and access available from any point on the Ethernet through a standard internet browser. The system shall employ an easy to use, point and click, graphical user interface consisting of aerial photographs, buildings and site drawings, and custom graphics. The ideal system solution shall integrate all existing DDC systems on base, as well as all future DDC systems (HVAC controls, lighting controls, etc.) and all future utility metering systems through the graphical user interface. In addition to designing and supplying the described system, the vendor shall be capable of providing SANGB with extensive initial and ongoing training, service and support. The purpose of this notice is to determine the interest, capability, and availability of qualified contractors to perform these tasks, including 8(a) concerns, HubZone certified concerns, Service Disabled Veteran Owned Small Business (SDVOSB) concerns, and Small Business concerns. The federal Supply Code (FSC) is J059; the North American Industrial Classification System (NAICS) code is 334512; the Small Business Size standard is 500 employees. Potential offerors are requested to respond to this Sources Sought Notice (in writing) with the following information: (responses shall be limited to no more than five (5) pages). 1) a positive statement of intent to bid as a prime contractor; 2) Statement of Capability to perform project, to include logistics, complexity, and project size; 3) Firms Business Size to include designation as a HubZone, 8(a), SDVOSB, or Small Business. Status of Small Business contractors will be verified via Central Contract Registration (CCR) Dynamic Small business search; 4) A list of (no more than (3) three) similar projects performed within the past three years, for government or private industry. Include the type of project, dollar value, Contract number, location, and Point of Contact. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor; and 5) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. Interested offerors shall respond (in writing) to this Sources Sought Notice no later than 1:00 P.M., 25 March 2010, to 127th MSC ATTN: Debra Miller, Contracting Division, 43200 Maple Street, Bldg 105, Selfridge ANG Base, MI 48045 or via email to: debra.miller@ang.af.mil and 127wgcontractomb@ang.af.mil No facsimile responses will be accepted. This Notice is not a commitment by the Government, nor will the Government pay for the information being requested. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-10-R-4006/listing.html)
 
Place of Performance
Address: 127 MSC, 43200 Maple Street, Selfridge ANGB, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN02076813-W 20100227/100226094958-3e99d622adbf0d0f8456ca67afc5181a (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 |
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.