DESIGO/APOGEE SATOC III
The U.S. Army Corps of Engineers Engineering and Support Center Huntsville (CEHNC) will provide Utility Monitoring and Control Systems (UMCS) contracting support services (to include pre- and post-awa... The U.S. Army Corps of Engineers Engineering and Support Center Huntsville (CEHNC) will provide Utility Monitoring and Control Systems (UMCS) contracting support services (to include pre- and post-award activities) to Installation Management Command (IMCOM). This will include installations both CONUS and OCONUS. Support may include Procure and Install (P&I), Maintenance & Service (M&S), Technical and Programmatic Support Services (TPSS), and or Architectural Engineer (A&E) support for work to include Industrial Control Systems, UMCS, Building Automation, SCADA, Fire Alarm Systems, HVAC, and other controls related projects that fall within the UMCS program. This Request for Information (RFI) is NOT a Request for Proposals and does not reflect a commitment by the Government to issue a solicitation or award contract/contracts supporting ACE-IT. Respondents are solely responsible for all expenses associated with replying to this notice. No Proposals are being requested or accepted with this RFI. RFI responses shall include: 1) Name and address of responding company, CAGE code, business size and applicable small business sub-categories, company point of contact, telephone number, fax number and email addresses; and capability packages to include responses to the attached questions. 2) Responses are limited to 25 pages with no less than 1" margins, Times New Roman 12 point font in MS Word or searchable ".pdf" format and shall be submitted electronically to solomon.o.adeyemo@usace.army.mil by July 3, 2019 at 1600hrs. 3) The Government may choose to host an Industry Day at a later date. If conducted, notification of an Industry Day will be posted as a modification to this notice. Interested parties are responsible for monitoring modifications to this notice. Description of Services and Support The Contractor shall provide all personnel, equipment tools, materials supervision, and other items and non-personal services necessary to provide the Procurement and Installation (P&I) and/or the Maintenance and Service (M&S) of proprietary Siemens Government Technologies Desigo / Apogee® Building Automation System (BAS) including but not limited to: Utility Monitoring and Control Systems (UMCS), Heating, Ventilation and Air Conditioning (HVAC) systems to include chiller/boiler systems installation and/or integration, Supervisory Control and Data Acquisition (SCADA) Systems, Fire Alarm Systems (FAS), life safety systems, other Industrial Control Systems (ICS), automated control systems including chemical / biological / radiological contaminant detection / filtration / response, utilities (electric/ gas/ water/ steam) metering, Electronic Security Systems (ESS), and security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting. Questions for Industry Respondents are requested to respond in each of the areas with their experience and capabilities, to include the size, scope, and complexity, to support any or all of the services identified. In your response indicate at what level the services provided: enterprise, regional, and or local level(s). 1. Describe your capabilities and expertise as a prime contractor in supporting the technologies and services annotated in the description of services. Also describe any subcontractor capabilities and expertise, business size, and socio-economic designation. 2. Describe your capabilities and expertise in supporting a diverse organization with facilities in more than 1,500 remote and isolated locations. 3. Describe your capabilities and experience with installing and maintaining Siemens Desigo CC/Apogee systems. 4. Describe your capabilities and expertise with supporting open communication architecture with the capabilities to support and integrate in a multi-vendor environment. 5. State your ability to legally procure and install licensed upgrade to the current Desigo CC/Apogee UMCS. 6. Describe your capabilities and expertise in managing and operating Desigo CC/Apogee UMCS. 7. Describe your capabilities and expertise in dealing with large, complex Desigo CC/Apogee UMCS integration on several military facilities. 8. What contract incentives have proven most effective for your company? 9. Describe your capabilities and expertise in providing repair and sustainment services on Desigo CC/Apogee infrastructure in support of emergency and disaster operations. 10. How does your company retain talent to help increase productivity and quality and avoid disruptions to UMCS services & operations? 11. How does your company use customer relationship management to communicate your changing service capabilities to all existing and potential customers? 12. Describe your company's experience and capabilities to addressing Federal / DOD cybersecurity requirements which include training, certifications, and background investigations. 13. Describe any key industry certifications your organization maintains. 14. As part of modernization and renovation at any U.S. Army Garrison, is your company able to upgrade the older Desigo CC/Apogee® UMCS to current Desigo CC/Apogee® when the intellectual property rights belong to Siemens, Inc. Desigo CC/Apogee® ? 15. List what strategic vehicles, if any, that your company is currently an eligible vendor on. Please provide the specific contract number(s) and the title of the vehicle. Please also signify your business size and any applicable NAICS on each vehicle. 16. Please describe your experience with contracts of this nature with periods of performance longer than 5 years. What was the specific scope of the contract and contract type? Were you the sole vendor or one of several (i.e. SATOC, MATOC, Stand Alone Contract or task order against a strategic vehicle)?
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »