The RFP Database
New business relationships start here

DFC BAS Panel Upgrade


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

BACKGROUND/OVERVIEW:


General Services Administration (GSA), Rocky Mountain Region 8 has a variety of existing building automation systems (BAS), many of which use proprietary protocols and/or are becoming obsolete.  These issues carry risk and make the collection and management of BAS data difficult and expensive.  Region 8 has determined that an open-protocol architecture is the best solution and has selected BACnet as the preferred open protocol for building automation and control systems.


The GSA plans to upgrade the existing building controllers in approximately twenty-two buildings of varying sizes (estimated 3 million total sq ft) at the Denver Federal Center in Lakewood, Colorado.  The upgrade will convert all building-level controllers to BACnet/IP and will provide gateway access to all other sub-controllers to allow BACnet services to interact with those sub-controllers.  All obsolete and legacy building-level controllers shall be replaced with modern BACnet/IP controllers.  The existing systems are predominantly Siemens APOGEE.  Another existing system is Johnson Controls (FC & N2 with NAEs) with limited BACnet accessibility. Provisions for providing a new graphical user interface and/or modifying the existing GUI will be included. 


GSA plans to contract with a BAS vendor who has the ability to act as prime contractor and can demonstrate adequate expertise in the maintenance, repair and installation of a wide range of BAS technologies.


It is envisioned that this will be accomplished through the establishment of a Firm-Fixed price contract which will allow the vendor to provide a broad range of activities including preventive maintenance, hardware repairs, system programming, software upgrades, system expansions, training and total BAS replacements.


SOURCES SOUGHT:


The purpose of this Sources Sought notice is to determine the appropriate level of competition in the marketplace, in accordance with FAR 19.10. 


Information received in response to this notice will be used to make a determination regarding the use of full and open competition or set aside the procurement as an 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOB), Woman-Owned Business, Veteran-Owned Business or Large Business.  Therefore, it is vitally important for Small Businesses to respond to Sources Sought Notices with highly effective Capability Statements.


GSA is seeking all viable and qualified vendors that meet the following criteria:


1) Vendor shall have a minimum of 5 years BAS Engineering experience in large BAS systems to include the following:
  a) Commissioning experience in large BAS systems greater than 1000 physical points
  b) Designs building automation systems consisting of mechanical system layouts, electrical drawings, bill of materials, sequence of operations, valve and damper schedules, and Direct Digital Control panel layouts to meet the intent of the project plans, specifications and contract documents.
  c) Designs building automation network architecture to support operator workstations, DDC field panels, third party integration devices connected through Ethernet, Siemens P1, ModBus and BACnet.
  d) Interpreting programming language used by the existing Siemens and Johnson Controls BAS.
  e) Project Management experience with large BAS contracts in a campus environment.

2) Vendor must be the owner or a licensed distributor of the BAS Controller Product.  Post-Installation support must be able to provide on-site service within 2 hours with an OEM-certified Service Technician to the DFC Campus. 

3) OEM-certified Service Technician(s) must have a minimum of 5 years BAS Specialist/ Programmer experience with the following criteria:
  a) Creates automation system database and job related programming for computer-based building control systems.
  b) Must have experience in interpreting BAS programming language used by the existing Siemens and Johnson Controls BAS system and transfer that into a workable language with little interruption to building operations.
  c) Establishes special calibration instructions on selected equipment and oversees the creation of system graphics.
  d) Troubleshoots possible issues including identifying and debugging software, electrical or pneumatic and installation problems.
  e) Prepares engineering re-estimate reports, minimizes variances and justifications.
  f) Minimum 5 years programming experience with emphasis on deploying and managing BACnet protocol systems across IP based networks.
  g) Minimum 5 years experience with integrating Modbus devices.

4) Vendor OEM BAS Control Panel Devices must have a status of "Remediated" or "BSN" status by the GSA IT Security prior to the date of award.  If the vendor's OEM BAS Control Panel Devices are in the "remediation" status than the vendor must have addressed all critical vulnerabilities prior to the date of award.


This procurement is pursuant to 238210 - Electrical Contractors and Other Wiring Installation Contractors with a $14 million threshold, to include all subsidiaries and any parent company.


The government anticipates any resultant contract will be firm fixed-priced contract to include installations/upgrades and operation/maintenance of BAS for a period of 12 months.  In addition, the primary staff must be located in the Denver metropolitan area, as there is a two-hour response time for emergencies.


CAPABILITIES STATEMENT:

Interested vendors capable of performing as the prime contractor and who meet the requirements stated herein, are encouraged to submit a Capabilities Statement no more than five (5) pages in length.  Capabilities Statement must include the following information:


1.  Name, address, business size, and annual revenue for the past three (3) years.
2.  Company socioeconomic status: 8(a), HUBZone, SDVOSB, SB, WOSB or Other than Small Business
3.  Affiliate information: parent company, joint venture partners, and potential teaming partners.
4.  Proof of satisfactory past performance on similar in size and scope projects, performed in a campus environment.  Include contract numbers, project titles, contract value, points of contact with current phone numbers and a brief statement as to why the project is relevant to this sources sought notice.
5.  Documentation of adequate financial resources to perform the contract or ability to obtain them.
6.  Maximum bonding level per contract and aggregate.
7.  Statement regarding ability to provide or obtain all necessary expertise (see 1.g. above), tools and equipment. Including evidence that proposed OEM BAS Control Panel Devices have a status of "Remediated" or "BSN" by the GSA IT Security or include estimated date that devices will have "Remediated" or "BSN" status.  This date must be prior to anticipated award date.  If the proposed OEM BAS Control Panel Devices are in "Remediation" then provide statement indicating devices critical vulnerabilities have been addressed.  This date must be prior to anticipated award date.
8.  A positive statement of your intention to propose as a prime contractor on any solicitations that may be released as a result of this sources sought notice.


Submit Capability Statement to Laura Magee, Contract Specialist, via email laura.magee@gsa.gov not later than September 29, 2014.


All firms responding to this sources sought notice are advised that their response to this notice will not be considered an offer for award.  All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.


Laura A. Magee, Contract Specialist, Phone 3032362834, Email laura.magee@gsa.gov - Kathy A. Kirwin, Contracting Officer, Phone (303) 236-2853, Fax (303) 236-8081, Email kathy.kirwin@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP