Search Contract Opportunities

Intent to Sole-Source to JCBAS   7

ID: W912DY-18-R-0001 • Type: Special Notice
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Pre-Solicitation Notice: Intent to Award Sole-Source Single Contract Task Order Contract (SATOC)

Intended Source: Johnson Controls Building Automation Systems, LLC (JCBAS)
Cage Code: 4CWR3
DUNS: 827861662

Program/Equipment: Proprietary Metasys Building Automation System in support of the Utility Monitoring and Control Systems (UMCS) Program

Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 " Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."

This Pre-Solicitation Synopsis is NOT A REQUEST FOR PROPOSAL (RFP) and does not constitute a Solicitation.

CEHNC intends to award a Sole-Source, Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) SATOC for the legacy Metasys BAS to JCBAS. The Metasys BAS is a proprietary system that provides an automated, computer-networked distributed control system to monitor the mechanical, security, fire, flood, lighting, heating/air conditioning, and ventilation systems located within Government facilities. The proprietary system hardware, software, and services will be procured under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements," the unique services are available from only one source.

The Contractor shall provide all personnel, equipment, tools, materials, supervision, other items, and non-personal services necessary for the expansion and/or upgrades of existing proprietary Metasys BAS which may include the Procurement and Installation (P&I) of and/or the Maintenance and Service (M&S) of UMCS, and other related automated control and monitoring systems including but not limited to:

Utility Monitoring and Control Systems (UMCS)
Heating, Ventilation and Air Conditioning (HVAC) Systems
Supervisory Control and Data Acquisition (SCADA) Systems
Fire Alarm Systems (FAS)
Life Safety Systems (LSS)
Electronic Security Systems (ESS)
Direct Digital Control (DDC) Systems
Chiller/Boiler Systems Installation and/or Integration
Other automated control and monitoring systems including chemical/biological/radiological contaminant detection/filtration/response, utilities (electric/gas/water/steam) metering
Security and/or force protection measures such as, but not limited to, barriers, fencing, gates, window treatments, hardening, and lighting

These services include those actions required to replace other Metasys legacy systems at the end of their life-cycle, to expand existing proprietary Metasys BAS systems and provide M&S to preserve and maintain the systems in such a condition that they are effectively used for their designated functional purpose. The P&I and/or M&S for Metasys BAS are required for Government buildings located throughout the Continental United States, Alaska, Hawaii, U.S. territories and possessions, as well as Japan, South Korea and other countries outside the Continental United States where Metasys BAS are installed. The Contractor must be capable of responding to simultaneous service requests and maintain individual installation's compliance requirements.

The proposed total value of the anticipated award, including all exercised option periods, is $400M, with a five (5) year ordering period which includes a three (3) year base period and two (2) twelve-month optional ordering periods to meet the needs of the UMCS Program for Metasys BAS. The North American Industry Classification System (NAICS) code for this requirement is 541512, "Computer Systems Design Services." The Government projects an award on or about 25 February 2020.

Overview

Response Deadline
July 17, 2019, 11:00 a.m. EDT Past Due
Posted
July 2, 2019, 4:35 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Vehicle Type
Indefinite Delivery Contract
On 7/2/19 Engineering Support Center Huntsville issued Special Notice W912DY-18-R-0001 for Intent to Sole-Source to JCBAS due 7/17/19.
Primary Contact
Title
Contract Specialist
Name
Sharla R. Andrews   Profile
Phone
(256) 895-7429

Secondary Contact

Title
Contracting Officer
Name
Kijafa T Johnson-Cooper   Profile
Phone
(256) 895-1614

Documents

Posted documents for Special Notice W912DY-18-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Special Notice W912DY-18-R-0001

Award Notifications

Agency published notification of awards for Special Notice W912DY-18-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Special Notice W912DY-18-R-0001

Contract Awards

Prime contracts awarded through Special Notice W912DY-18-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W912DY-18-R-0001

Similar Active Opportunities

Open contract opportunities similar to Special Notice W912DY-18-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
March 16, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 16, 2020