Federal Bid

Last Updated on 08 Feb 2020 at 4 AM
Combined Synopsis/Solicitation
Fort meade Maryland

Building Management System (BMS) Modernization

Solicitation ID HC104720R0003
Posted Date 15 Jan 2020 at 7 PM
Archive Date 07 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Defense Information Systems Agency
Agency Department Of Defense
Location Fort meade Maryland United states 20755

1. Solicitation Number: HC104720R0003 AMD03

2. Title: INTENT TO SOLE SOURCE FOR Building Management System (BMS) Modernization

3. Classification Code: D301

4. NAICS Code: 541513 SIZE STANDARD: $30M

5. Response Date: Friday, 23 January 2020 at 10:00AM EST  

6. Description: The purpose of this acquisition is to procure a modernized Building Management System (BMS) that makes use of current technology to provide operating efficiencies for the facility management staff. The modernized system will enable the facility management team the ability to monitor and control multiple buildings within its area of responsibility from any Defense Information Systems Agency (DISA) provided laptop or mobile device.

The current BMS was installed over 17 years ago to monitor and control the mechanical and electrical equipment that make up the ventilation, lighting, power and fire suppression systems.  At that time of purchase, the DISA Joint Base Anacostia-Bolling (JBAB) BMS requirement was only for building 399.  Since then, DISA’s facility requirements has expanded beyond JBAB building 399 to include building 91 and buildings located within the Military District of Washington.  The current BMS does not have the capability to support these additional locations.  Additionally the current BMS operates on a legacy network and does not meet the current network requirements.  There are some components of the current system that are obsolete and no longer supported by the vendor

Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

INTENT TO SOLICIT ONLY ONE SOURCE

The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-2/FAR 6.302-1.  The name of the company the Government intends to award a contract to is ­­­­­­­Integrated Systems Development Corporation (iSystems), 4461 Cox Rd Ste 115, Glen Allen, VA 23060-3331. This notice of intent is not a request for competitive proposals.  However, the Government will consider all proposals received prior to the closing date and time of this solicitation.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.

For purposes of this acquisition, the associated NAICS code is 541513. The small business size standard is $30M.

Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):

CLIN 0001: Labor, Contract Type: FFP, Quantity: 18, Unit of Issue: Months

Specifications/Requirement:  The Contractor shall provide Building Management System Modernization services in accordance with the Performance Work Statement (PWS) 6.1 task 1 through 6.6 task 6.

CLIN 0002: ODC - Material, Contract Type: Cost , Quantity: 1, Unit of Issue: Lot

Specifications/Requirement:  ODCs must be purchased in accordance with the Contractor's approved Purchasing System, as applicable. ODCs may be purchased from General Service Administration (GSA) Schedules or Enterprise Software Initiative (ESI), if available and authorized by the Contracting Officer. ODCs must be incidental to the work being performed under this contract. The Contractor will provide ODCs on a cost reimbursement basis only. All ODCs must be pre-approved in writing by the COR prior to the Contractor incurring the cost. The Contractor shall be authorized to invoice on a monthly basis and in accordance with FAR Part 31. The Government’s estimates for this CLIN is $252,000.00.

CLIN 1001: Labor, Contract Type: FFP, Quantity: 18, Unit of Issue: Months

Specifications/Requirement:  The Contractor shall provide Building Management System Modernization services in accordance with the Performance Work Statement (PWS) 6.1 task 1 through 6.6 task 6.

CLIN 1002: ODC - Material, Contract Type: Cost , Quantity: 1, Unit of Issue: Lot

Specifications/Requirement:  ODCs must be purchased in accordance with the Contractor's approved Purchasing System, as applicable. ODCs may be purchased from General Service Administration (GSA) Schedules or Enterprise Software Initiative (ESI), if available and authorized by the Contracting Officer. ODCs must be incidental to the work being performed under this contract. The Contractor will provide ODCs on a cost reimbursement basis only. All ODCs must be pre-approved in writing by the COR prior to the Contractor incurring the cost. The Contractor shall be authorized to invoice on a monthly basis and in accordance with FAR Part 31. The Government’s estimates for this CLIN is $174,000.00.

The Contractor shall perform in accordance with the Performance Work Statement (PWS), which is FOUO and will be sent under a separate cover.

Period of Performance: 18 months Base Period with one (1) – 18 months Option Period

This combined synopsis/solicitation response period closes on Friday, 23 January 2020 by 10:00 AM EDT. Any responses must be submitted before that time to [email protected]

For information regarding this solicitation, please contact Franky Awuvey at [email protected] or 301-225-4519.

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Jun 2014 at 5 PM
Holloman air force base New mexico 17 Jun 2011 at 7 PM
Herlong California 29 Jan 2019 at 3 PM
Herlong California 03 Jan 2019 at 4 PM
Pennsylvania Not Specified

Similar Opportunities

Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 31 Jul 2025 at 4 AM (estimated)