BAS Upgrade
SOURCES SOUGHT (Small Businesses) GSA operates and maintains approximately seventeen buildings in Northwest Washington, DC. The HVAC systems are controlled through several variations and versions of a... SOURCES SOUGHT (Small Businesses) GSA operates and maintains approximately seventeen buildings in Northwest Washington, DC. The HVAC systems are controlled through several variations and versions of a closed loop backnet direct digital control (DDC) system. They consist of both hardware and software. The intent of this procurement will be to issue a contract to upgrade and consolidate the systems into one, up-to-date, network using the most current version of the operating system software, along with replacement hardware and components as necessary. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238210 - Electrical Contractors and Other Wiring Installation Contractors. In general, the work includes design-build services. Specifically, this project requires thorough familiarity with the software, hardware, and DDC systems. Additionally, the firm must demonstrate through past performance experience installing, monitoring and maintaining campus wide/complex wide multiple facility automated control systems. They must be able to provide engineering design and support, installation, troubleshooting and programming expertise with a demonstrated record. Both hardware and supporting software must be compatible with open network DDC systems and communications protocols. Proprietary network DDC systems are not acceptable. Adequate time has been allotted for survey and design functions, as well as equipment fabrication and delivery. Top secret security clearance is required. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Firm's name, address, email address, Web site address, telephone number, and business size and type of ownership for the organization. 2. Is your firm currently registered with the System for Award Management (SAM) formerly known as the Center Contractor s Registration (CCR) database? If not, has it been registered or does it plan to register? 3. In consideration of NAIC code 238210 - Electrical Contractors and Other Wiring Installation Contractors, with a small size standard in dollars of $15M, which of the following small business categories is your firm classified under, if any? Small Business, Veteran Owned Small Business, Service Disable Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Is your firm capable of performance and payment bonds for a project valued between $1,000,000 and $5,000,000? 5. Is your firm a small-business interested in performing as a subcontractor or a prime contractor? 6. Does your firm have experience in working on campus/complex wide DDC systems? If so, how many years of experience? Please a brief description of similar projects. 7. Is your firm located within an hour drive to Washington, DC? 8. Does your firm have top secret security clearance? If submitting a capability statement, please tailor it to address the particulars of this effort, 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. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCE SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Whatever information is provided in response to this RFI will be used to assess the small business market in the areas of installing, monitoring and maintaining campus wide/complex wide multiple facility automated control systems. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by April 10, 2019 via email to william.fawcett@gsa.gov (Ensure that the number & title of the Sources Sought Notice of EQWPM1E190033, BAS Upgrade is included in the subject line of the email). Responses limited to 3 pages in length including capability statements.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »