This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5.
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operation Contracting Division, is currently conducting market research seeking capabilities statements from potential small businesses.
SCOPE: The project is located at Building 1416 Joint Strike Fighter Academic Training Facility on Eglin AFB, Florida. The Contractor shall be required to furnish all materials, equipment, plant, labor and personnel necessary to design, manage, and accomplish this task order in accordance with the contract requirements. Contractor will be required to coordinate, enter, and work in a secure facility. This facility has an outdated Energy Management Control System (EMCS) that requires upgrading. The EMCS network must be updated in order to maintain connectivity to multiple outdated facility controls, meet the current cybersecurity requirements, and bring the system up to current software versions. Work includes but is not limited to: Replace v3.8 AX Building JACE controllers to most current model, Replace LON devices and associated thermostats with the most current BACnet over IP devices. Replace associated wiring for devices, ensuring wiring is CAT 6. Contractor will verify equipment to identify additional degraded controls equipment, bring to attention to Eglin AFB.
All interested vendors should submit a response demonstrating their capability to provide these services to the Primary Points of Contact listed below. Proposals/Quotes/Bids are not being requested or accepted at this time. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10, Market Research. This acquisition is set aside for small businesses. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists currently; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government’s discretion.
This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
The NAICS Code assigned to this acquisition is 238220, Plumbing, Heating, and Air-Conditioning Contractors, business size standard $19,000,000. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.
Any information submitted by respondents to this source sought is voluntary. This source sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments.
Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they can provide/perform. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.
CAPABILITIES STATEMENT: All interested vendors should submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 10 pages.
Responses must be submitted electronically to the following e-mail addresses: jared.dunn.6@us.af.mil and lindsay.hartzog@us.af.mil. All correspondence sent via email should contain a subject line that reads “Upgrade DDC Devices Eglin AFB Sources Sought.” If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowed and may be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachment types may be deleted.
All responsible sources may submit information that will be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this source sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in beta.SAM.gov separately. Responses to this source sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted under this source sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this source sought.
Only government employees will review submitted responses to this source sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.
RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 30 April 2025. Direct all questions concerning this requirement to Jared Dunn at jared.dunn.6@us.af.mil and Lindsay Hartzog at lindsay.hartzog@us.af.mil.