Virginia Bids > Bid Detail

Building Control System (BCS) & UCS SCADA (ICONICS) Sustainment Support Operational Technical Support (OTS), Corrective Maintenance (CM) & Cybersecurity Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159891595436741
Posted Date: Jun 29, 2023
Due Date: Jul 13, 2023
Solicitation No: N4008523R2731
Source: https://sam.gov/opp/6f6d38dab8...
Follow
Building Control System (BCS) & UCS SCADA (ICONICS) Sustainment Support Operational Technical Support (OTS), Corrective Maintenance (CM) & Cybersecurity Support
Active
Contract Opportunity
Notice ID
N4008523R2731
Related Notice
N4008523R2731
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 29, 2023 01:47 pm EDT
  • Original Response Date: Jul 13, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: L059 - TECHNICAL REPRESENTATIVE- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    Norfolk , VA 23511
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.



Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.



A Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) performance-based contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Operational Technical Support, corrective maintenance and cybersecurity support of its Utilities Control System (UCS), Supervisory Control And Data Acquisition (SCADA) system, also known as ICONICS SCADA system and support of its Building Control System (BCS), also known as Direct Digital Control (DDC) system, in order to ensure successful operation across Facilities Engineering Command (FEC) MIDLANT, including but not limited to Naval Station Norfolk, Norfolk VA; Norfolk Naval Shipyard, Portsmouth, VA; Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA; and Naval Weapons Station Yorktown, Cheatham Annex, Yorktown, VA. Also included are various locations within a 50-mile radius of the above. This work shall be accomplished through a performance-based contract that is comprised of both Recurring Work and Non-Recurring Work Items.



General Work Requirements



The Contractor shall perform labor, management, supervision, tools, material, and equipment to maintain, and repair for the following:



The SCADA system is a centralized monitoring and control system consist of real-time monitoring and control software, other supporting software, data collecting hardware, field control equipment, and data communication network of wired and wireless devices. The system collects and displays real-time system operation status, analyzes utility data to generate actionable information and display that information to appropriate users through its interfaces. It allows users to remotely operate/control network connected equipment. The information monitored and displayed by the SCADA system provides transparency, timely access and promptly response to utilities operation, enabling utilities and energy management teams to achieve operation resiliency, reliability, efficiency and lighting life cycle sustainment costs of system assets.



The DDC system is a centralized monitoring and control system consist of real-time monitoring and control interface software, other supporting software, data collecting hardware, field control equipment, and data communication network. The system collects and displays real-time system operation status, analyzes building energy data to generate actionable information and display that information to appropriate users through its interfaces. It allows users to remotely operate/control network connected equipment. The information monitored and displayed by the BCS/DDC system provides transparency, timely access to energy consumption and building energy information, enabling utilities, facilities, and energy management teams to achieve energy savings and reduce HVAC and lighting equipment life cycle sustainment costs for included facilities.



The Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, and any other items necessary for the Operational Technical Support (OTS), corrective maintenance and/or cybersecurity of the NAVFAC MIDLANT SCADA and BCS and associated equipment. In addition, the Contractor shall provide engineering and maintenance services and support for the equipment under control and its peripheral equipment. The Contractor shall provide cybersecurity, maintenance, reporting, and program management of the system. The Contractor shall keep the system operational and available to all system users. The Contractor shall provide system support and maintenance to support the Government’s use of the system as necessary to satisfy the requirements of this Performance Work Statement (PWS). The Contractor shall provide the necessary Information Technology (IT) support for the ICONICS software and other SCADA supporting software. The Contractor is required to travel to the various sites to perform the tasks listed in this PWS. The Contractor shall perform scheduled inspection and testing services during normal business hours unless required by specifications, mission, or site-specific parameters.



All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service- Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 541513, size standard $37 million.



It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:



(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.



Size: A maintenance service contract with a yearly value of at least $50,000 or greater for recurring. Indefinite Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size.



Scope: Demonstrate the ability to provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services described for Operational Technical Support, corrective maintenance and cybersecurity support of its Utilities Control System (UCS), Supervisory Control And Data Acquisition (SCADA) system, also known as ICONICS SCADA system and support of its Building Control System (BCS), also known as Direct Digital Control (DDC) system.



Complexity: Demonstrate the ability to respond simultaneously to service call and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands.



(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, SAM Unique Entity ID, and CAGE Code.



(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.



(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.



The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.



Responses to the sources sought notice shall be submitted electronically to laura.e.thomas21.civ@us.navy.mil. Responses must be received no later than 2:00 PM Eastern Daylight 13 July, 2023. Questions regarding this sources sought notice may be emailed to laura.e.thomas21.civ@us.navy.mil or via telephone at (757) 341-1654.



*Please note that this solicitation, will be posted via PIEE and electronic proposals will be requested. Instructions to sign up for PIEE are provided in anticipation of solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >