Inactive
Notice ID:N4008523R2523
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this sources sought notic...
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this sources sought notice is to determine if there is commercially available controls equipment with equivalent specifications of the Johnson Controls Incorporated (JCI) or Distech programmable building controllers as detailed in Attachment 2 – Technical Information. The attachment describes the required programmable building controller requirements for the MCB Camp Lejeune control system, UMCS. Direct Digital Controllers Technical Info. (2 pages Maximum): Provide a list of commercially available programmable building controllers, manufactured by your organization, for which Johnson Controls Incorporated (JCI) or Distech software has been utilized to create, modify, and download control programming, database, graphics, and controller configuration files. Include the following information for each controller: Model Number, Catalog Number, Code Number, or equivalent model designation Product Description Controller Application (please specify): ‘Network Automation Engine’ or ‘Network Control Module’ or ‘Building Level Controller’ or ‘Zone Controller’ or ‘Field Equipment Controller’ or ‘Other’ Communications Protocol: ‘BACnet’ and/or ‘Metasys N2’ Manufacturer's technical data sheets. Experience (3 pages Maximum): Identify one (1) to three (3) installed systems where JCI or Distech software has been used to successfully configure non-JCI or non-Distech digital controllers presented under item 1 above, which serve Heating, Ventilating, and Air-Conditioning (HVAC) systems. For each project, provide the customer point of contact including name, phone number, and email, and a narrative description of the product/services provided by your organization. Also provide project title, project location (city/state), procurement contract number, and contract value, if available. This is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 5 pages total) demonstrating the ability to provide the product with the specifications described above. Interested Sources are invited to respond to this Source Sought by completing Attachment 1 – Company Information and Attachment 2 – Technical Information. The Capabilities Statement Package shall not exceed 5 pages and shall ONLY be submitted electronically to Oteria Bullock, oteria.bullock2.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN THURSDAY, 10 NOVEMBER 2022 AT 2:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE CONSIDERED.