Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Siemens Energy Management Control Systems Maintenance

Expired
FA2550R172001_EMCS_SiemensFederal
General Info

Agency

Department Of Defense → FA2550 50 Cons Pkp

View Agency

NAICS

334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use

View NAICS

Place of Performance

Schriever AFB, CO, 80912, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA2550 50 Cons Pkp
Contacts2 people available
OfficeSCHRIEVER SFB, CO, 80912-2116, USA
Organization / Agency
Department Of Defense → FA2550 50 Cons Pkp
View Agency Profile
Office Address

SCHRIEVER SFB, CO, 80912-2116, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Synopsis for Other than Full and Open Competition The Federal Government intends to make a sole source award to Siemens Industries, Inc. for Energy Management Control Systems (EMCS) services and support based on FAR 13.501(a). This requirement will provide non-personal service to furnish all labor, tools, equipment, technical data, materials, supplies and transportation necessary for maintenance services on the Siemens Energy Management Control System (EMCS) consisting of: Firmware Updates, Software Updates, Graphics Updates, Automation Controls Analysis & Optimization, Emergency On-line Response and Emergency Onsite Response for System/component Maintenance at Schriever AFB, and includes coverage for 13 buildings. This is a synopsis announcement only; this is not a request for proposal. Any proposals submitted will not be accepted. Firms that wish to respond should do so no later than 8:00 a.m. MST, 17 May 2017, via email to lynn.sleeth@us.af.mil.

Similar Contracts

NAICS: 334512
New
Federal

Upgrade Greenhouse Controls

This solicitation, issued by the U.S. Department of Agriculture, seeks quotations for upgrading greenhouse controls under solicitation number 1232SA26Q0304. It is a combined synopsis/solicitation following FAR Part 12 procedures and is set aside exclusively for small business concerns under NAICS code 334512, with a size standard of 650 employees. The award is anticipated to be a firm-fixed-price contract with a single award made to the offeror providing the best overall value based on technical approach, price fairness, and acceptable or neutral past performance. The place of performance is specified as Parlier, California. Contractors must submit quotations addressing their ability to meet schedule requirements and detail any exceptions to the Statement of Work. The contract incorporates numerous FAR and USDA Acquisition Regulation clauses, emphasizing compliance with federal laws including anti-discrimination and whistleblower protections. Notably, the contract requires adherence to updated diversity, equity, and inclusion certifications consistent with recent executive orders and federal statutes, framing these as material terms tied to payment eligibility and contract performance. The solicitation also addresses labor standards, wage determinations for specified mechanic classifications, and conditions for subcontracting. Questions are due by March 18, 2026, and offerors must hold pricing firm for 90 days. An agency protest process is outlined as part of the USDA Ombudsman Program, providing a structured avenue for dispute resolution prior to or instead of external appeals.

USDA Ars Afm Apd

POSTED

1 day ago

DEADLINE

in 10 days

View Details
NAICS: 334512
New
Federal

GAGE, PRESSURE, DIAL

The contract calls for the procurement of a single pressure dial gauge, identified by the National Stock Number 6685-01-030-0260, with a delivery requirement of 20 days after the date of order. This acquisition falls under the solicitation number SPE4A5-26-T-9449 and is managed by the Department of Defense's ASC Supplier Operations OEM Division. The contract incorporates specific technical and quality requirements as outlined in the DLA Master List of Technical and Quality Requirements, with revision control depending on the solicitation or award date. The applicable NAICS code for this procurement is 334512, which pertains to instruments manufacturing. Importantly, this supply involves technical data subject to strict export controls under the International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR). Distribution of such data is limited to contractors certified under the US/Canada Joint Certification Program and who have completed required training and been authorized by the DLA controlling authority. This control includes restrictions on exporting or disclosing technical data to foreign persons, regardless of their location. Additional contract stipulations cover government identification removal for rejected items and specific DLA packaging requirements. The primary point of contact for this procurement is Yvonne Jackson-Dias.

ASC SUPPLIER OPER OEM DIVISION

POSTED

2 days ago

DEADLINE

in 6 days

View Details
NAICS: 334512
New
Federal

SWITCH, THERMOSTATIC

This contract involves the procurement of 17 units of a thermostatic switch, identified by NSN/Part Number 5930-00-327-8000, with a delivery timeline of 138 days after the delivery order. The contract is issued by the Department of Defense through the Active Devices Division and is designated under solicitation number SPE7M5-26-T-8333, with the place of performance specified as Tinker Air Force Base. The technical and quality requirements for this acquisition are governed by the Defense Logistics Agency's (DLA) Master List of Technical and Quality Requirements, which are incorporated by reference and must be complied with according to the revision in effect on the solicitation or award date. Packaging must meet DLA standards, and government identification must be removed from non-accepted supplies. The contract strictly prohibits the use of class I ozone-depleting chemicals in the manufactured items, with substitutes subject to approval unless already authorized. Mercury or mercury-containing compounds are also restricted from contact with any hardware or supplies under this contract, except for specific functional uses such as in batteries, sensors, or certain authorized instruments. Portable fluorescent lamps and instruments containing mercury must have double containment for safety. Although the solicitation's technical data is not fully complete, supplied items must meet all cited technical data and part number specifications. The primary point of contact for this procurement is Daniel Zimmerman, reachable via email and phone.

ACTIVE DEVICES DIVISION

POSTED

2 days ago

DEADLINE

in 9 days

View Details