The respondent must provide a Capability Statement that addresses the organization's qualifications and ability to support and perform as a prime contractor, the work described below. Include a brief resume of performance of similar services of the magnitude described below (include contact and phone number of projects listed), and a sample Quality Control Plan. Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, Email address, a statement as to whether your company is domestic or foreign owned, and Size of Business pursuant to NAICS code 541512, business size standard $27.5M.
Responses must be received no later than 10:00am Central Standard Time on 11 February 2016. Prospective vendors are cautioned that if you cannot provide the identified services outlined above, please do not respond to this notice. All prospective offerors who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contacting the individuals below:
Amber Molina/ 502 CONS/JBKAA
Contract Specialist
1655 Selfridge Ave., Building 5450
JBSA Lackland, TX 78236-5253
E-mail: [email protected]
Phone number: (210) 671-1736
Jorge Canavati/ 502 CONS/JBKAA
Contracting Officer
1655 Selfridge Ave., Building 5450
JBSA Lackland, TX 78236-5253
E-mail: [email protected]
Phone number: (210) 671-1728
DESCRIPTION: The contractor shall provide all personnel, parts, equipment, tools, materials, supervision, software, and other items and services necessary to perform Energy Management and Control System (EMCS), Industrial Control System (ICS), and Advanced Metering System maintenance as defined in this Performance Work Statement (PWS). The contractor shall also provide advanced certified classroom training for EMCS operator, programmer, advance meter operator and ICS repair personnel. The EMCS front-end systems covered by this PWS include Rockwell, Tridium Niagara, Power Logic SMS, and Johnson Controls Metasys, Inc. All back-end ICS components are to be "open" and non-proprietary. System manufacturers of back-end ICS components are listed in the Technical Exhibits.
ESTIMATED CONTRACT DURATION: Base Year plus Four (4) Option Years - Period of Performance is 1 Oct 2016 throught 30 Sept 2021.
SYSTEM LOCATIONS: Systems are located at JBSA Lackland, Wilford Hall Ambulatory Surgical Center (WHASC) and various medical buildings located on JBSA Lackland, Lackland Training Annex, Kelly Field Annex, JBSA Fort Sam Houston, Camp Bullis, JBSA Randolph, and Canyon Lake Texas. (see Technical Exhibits ).
TECHNICAL EXHIBITS: Please refer to PWS attached
All information submitted should fully support the vendor's definite capability to provide the supplies/service required, and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contact.
This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Interested sources should submit responses to Ms. Amber Molina, 502/JBKAA, [email protected], or Mr. Jorge Canavati, 502/JBKAA, [email protected].
For any questions contact Ms. Amber Molina at (210)671-1736 or Mr. Jorge Canavati (210)671-1728, or the emails above.
Respondent will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine the applicable planning and acquisition strategy based on responses indicating capability in responding to this requirement.