Skip to main content

An official website of the United States government

You have 2 new alerts

Rickenbacker ANGB HVAC Controls Upgrade

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 02, 2024 02:34 pm EDT
  • Original Response Date: Jul 19, 2024 03:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4120 - AIR CONDITIONING EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Columbus , OH 43217
    USA

Description

Pre-Solicitation/Synopsis for Proprietary Metasys® Building Automation System in support of the Utility Monitoring and Control Systems (UMCS)

Pre-Solicitation Notice: Intent to Award Sole-Source Fixed Firm Price Contract 

Intended Source: Johnson Controls Building Automation Systems, LLC (JCBAS)
Cage Code: 3GZH7
UEID: G15SWMLGAX81

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.

Rickenbacker ANGB intends to award a Sole-Source, Firm Fixed Price (FFP) contract 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 upgrades of existing proprietary Metasys® BAS which will include the Procurement and Installation (P&I) of and 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
• Other automated control and monitoring systems including chemical/biological/radiological contaminant detection/filtration/response, utilities (electric/gas/water/steam) metering
 

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 service requests and maintain installation compliance requirements.

The proposed total value of the anticipated award, has a magnitude between $100,000 and $250,000, with a (12) twelve-month performance period to meet the needs of the UMCS Program for Metasys® BAS. The North American Industry Classification System (NAICS) code for this requirement is 238210, "Control system (e.g., environmental, humidity, temperature) installation)." The Government projects an award on or about 01 September 2024.

Contact Information

Contracting Office Address

  • KO FOR OHANG DO NOT DELETE 7370 MINUTEMAN WAY RICKENBACKER IAP
  • COLUMBUS , OH 43217-1161
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 03, 2024 11:55 pm EDTSpecial Notice (Original)