Campus Energy Management System

Location:

Salisbury, North Carolina, United States

Posted on:

Jan 21, 2026

Deadline:

Jan 29, 2026

Summary:

Market research notice seeking sources for a Campus Energy Management System project at the W.G. Hefner VA Medical Center Campus in Salisbury, NC.

Get full access to this RFP

Settle helps teams find and win opportunities with AI through RFPs

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposals, request for quotes, or invitation for bids. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The Department of Veterans Affairs, Network Contracting Office 6 (NCO 6) is conducting market research to identify potential sources for Construction services to provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary for Campus Energy Management System (Project #659–22–100) located at the W. G. Hefner VA Medical Center Campus in Salisbury, North Carolina. The proposed NAICS 333415 Air–Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. Contractors using this NAICS code are applicable to this acquisition with a size standard of 1,250 employees. The proposed PSC code is 4130– Refrigeration and Air Conditioning Components. The anticipated Magnitude of Construction is between $2,000,000 and $5,000,000 The anticipated Period of Performance is 365 days from the Notice to Proceed. Scope of Work The Scope of work associated with the project includes the following: Network & User Interface Appropriate modifications to the existing network and cabling layout (Ethernet & MSTP) for the purpose of integration, including the installation of new Desigo panels. Terminal Unit Controls 1) Modifications required to replace the Tridium/Niagara controls with BACnet, Siemens Desigo compatible controllers and sensors (where required). Include in the recommendation, devices that can remain (relays, switches, valves, damper motors, sensors, etc.) To include the following: (i) New Siemens server to replace the existing Siemens server. (ii) Front–End Graphical User Interface modifications, including new floor plans for every level of Buildings 2. (iii) Main equipment panel and controller installations. (iv) Panel installations. (v) Panel modifications and replacement, and controller replacements, required on the main systems. (vi) Ethernet–level networking modifications. (vii) BACnet MSTP networking modifications. (viii) Pneumatic terminal–unit controller replacements. (ix) Removal of the compressed air system serving control components and devices. to include all hardware, software, installation, wiring, cabling, programming of systems, graphics, and setup of alarms, schedules and trending; as well as networking requirements required to into a new Siemens server in accordance with the VA standards. Small Business Requirements For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of acquisition strategy and set aside requirements if a solicitation becomes available. Pursuant to 38 U.S.C. 8127(d), acquisitions will be set–aside for SDVOSBs or VOSBs, registered in the SBA VetCert database, whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set–aside or full and open competition may be considered. Instructions All interested parties should use the attached Sources Sought Questionnaire to respond to this notice and email completed responses to the Contract Specialist, Mark Griffin, at [email? redacted] No telephone inquiries will be accepted. Your response is requested by Thursday, January 29, 2025, at 3:00 PM EDT. In your response, please include the following: · Company name · Address · Point of contact with email and phone number · SAM Unique Entry ID number (see https://www.sam.gov for more information) · Company Socio–Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) · Proposed NAICS code or PSC (if different from above) · Capabilities statement, to include experience with contracts of similar scope and magnitude · Brief explanation of how your company will comply with the limitations on subcontracting (if applicable) In addition to this information, please include responses to all of the following in your submission: · What additional information would you require in order to provide a quote for this project? · Approximately how long would it take to complete the project, including lead times for materials? · Is the anticipated period of performance reasonable? If not, what would you recommend? · Is our anticipated Magnitude of Construction appropriate for this project? · Is there anything that would deter you from responding to this requirement?

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.

BG

Submit your next proposal, within 48 hours or less

Stay ahead with the latest advancement in proposal automation.