The RFP Database
New business relationships start here

REPAIR DIRECT DIGITAL CONTROL (DDC) SYSTEMS, BUILDING 1, NAVAL MEDICAL CENTER SAN DIEGO (NMCSD), SAN DIEGO, CALIFORNIA


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

THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY

This is a Sources Sought Synopsis announcement for market research in support of the design-build construction project for repair and/or upgrade of the existing Direct Digital Controls (DDC) associated with the Naval Medical Center San Diego, Building 1 (955,000 s.f.) building systems, and provide a new control room and a Bureau of Medicine (BUMED) Utility Monitoring and Control System (BUMCS). The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Service Disabled Veteran-Owned Small Business (SDVOSB), and/or Women-Owned Small Businesses.
This Sources Sought Synopsis is one facet in the Governmentbs overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the analysis.
All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a Sources Sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.

The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a Small Business Size Standard of $15 million, average annual gross receipts for the preceding three fiscal years. Responses to this Sources Sought Synopsis will be used to make appropriate acquisition decisions. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on NECO and Federal Business Opportunities.
No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

This requirement is a Firm-Fixed-Price, Design-Build Construction Contract. Following is the Summary Scope of Work:

1. All work shall be performed in a hospital facility which shall remain operational twenty-four (24) hour, seven (7) days a week.

2. Repair and/or upgrade Control Systems. Restore and modernize all HVAC and DDC to include but not limited to all Air Handling Units (AHU) and each respective associated controls and mechanical equipment.
All HVAC, UMCS, DDC system and associated equipment, device and sensors shall be modernized to comply with Building Automation and Control network (BACnet) protocol. All BACnet devices and equipment shall be BACnet Testing Laboratory (BTL) listed and approved by the Government.

3. Repair and/or upgrade all Field Point of Connections (FPOC). FPOC shall be Department of Defense Instruction DoDI and National Institute of Standard and Technology (NIST) compliant switches, proxy devices and firewall. Provide Front end Platform Information Technology (PIT) complete with servers, workstations in support of NMCSD fault detection and diagnostics, intuitive user interface (UI) and Energy analytics dashboards.
Install Government Furnished Contractor Installed (GFCI) software, interface and applications. Achieve Seamless integration and control transparency for all Control System (CS) PIT for a complete and usable system.

4. Repair and/or upgrade BUMCS PIT firewalls, Demilitarized Zone (DMZ), Proxies, Servers, enterprise and CS management to include software updates, network monitoring, intrusion detection and protection system, patches, audits, configuration management, logistics, CS PIT scanning. External connectivity and integration to Early Operational Capability (EOC) BUMCS shall not be part of this project.

All completed work shall comply with Department of Defense (DoD), BUMED, Cybersecurity Risk Management Framework (RMF), and customer Medical Facilities Requirements (Infection Control).
The final BUMCS System of System (SoS) product shall completely satisfy system engineering (SE) seamless integration and control transparency.

The estimated total contract price range is $22,000,000.The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a contract for design and construction as described above. Interested sources are invited to respond to this Sources Sought Announcement by using the form provided under file titled Sources Sought Information Form, provide the following information: 1) Contractor information: Provide your firmbs contact information. 2) Type of Business: Identify whether your firm is an SBA certified 8(a), SBA certified HUBZone, certified Service-Disabled Veteran-Owned Small Business concern, Woman-Owned Small Business, or Small Business.
For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide your suretybs name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Contractors shall submit a maximum of three (3) Government and/ or commercial projects with a minimum cost of $10,000,000 in the last five (5) years which demonstrate design and construction for Summary Scope of Work items numbers 1 and 2. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, type of contract, a narrative description of the product/services provided by your firm, and customer information including point of contact, phone number and email address.
Substantially complete projects are those that are at least 80% completed. Be advised that although substantially complete projects will be considered for market research purposes, if an actual solicitation is announced, all projects submitted in response to the solicitation must be 100% complete.

This Sources Sought is for market research purposes only. The Request for Proposal (RFP) will define all contract requirements.

Utilize the attached Sources Sought Information Form to provide your responses.

Responses to this Sources Sought announcement are due no later than 2:00 p.m. (PDT) on 01 March 2017. Please address your response to NAVFAC Southwest, Coastal IPT, Attn: Renealdo M. Flores, 2730 McKean St, Building 291, Naval Base San Diego, CA 92136.
You may also email your response to renealdo.flores@navy.mil.

All solicitations for NAVFAC Southwest are available at www.neco.navy.mil and www.fbo.gov beginning with bN62473.b

RENEALDO M. FLORES
619-556-9749

renealdo.flores@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP