Opportunity
SAM #N4008026R0008
Sole Source Siemens Desigo Building Controllers Replacement at NSA Annapolis
Buyer
NAVFAC Washington
Posted
May 07, 2026
Respond By
May 22, 2026
Identifier
N4008026R0008
NAICS
238290, 238220, 335314
This opportunity involves the planned sole source procurement of Siemens Desigo programmable building controllers for the Facility Related Control Systems (FRCS) at Naval Support Activity (NSA) Annapolis, MD. - The Naval Facilities Engineering Systems Command (NAVFAC) Washington and NSA Annapolis Public Works Department require replacement of obsolete Siemens controllers with new Siemens Desigo units. - The scope includes network controllers, digital controllers, zone controllers, VAV controllers, unitary/equipment controllers, and expansion modules. - The new controllers must natively integrate with the existing Siemens FRCS architecture, software, and proprietary protocols—no third-party middleware or translation devices are permitted. - Sole source justification is based on the proprietary nature of the Siemens system and cybersecurity requirements; using non-Siemens equipment would require costly and disruptive system replacement. - The contract period is anticipated from March 31, 2025, to March 30, 2028 (three years). - Any alternative vendor must demonstrate native, seamless integration with the existing Siemens Desigo system without additional hardware, software licensing, or voiding warranties. - Place of performance is NSA Annapolis, MD, with NAVFAC Washington as the contracting office.
Description
The Naval Facilities Engineering Systems Command (NAVFAC) ROICC ANNAPOLIS, MD intends to award a firm-fixed-price sole source contract for the purchase and replacement of Siemens Desigo Facility Related Control Systems (FRCS) programmable building controllers at Naval Support Activity (NSA) Annapolis, MD.
2. DESCRIPTION OF REQUIREMENT The Government requires the procurement, delivery, and installation/replacement of commercial programmable building controllers to support the Facility Related Control Systems (FRCS) at NSA Annapolis. The required equipment is the Siemens Desigo product line.
The scope of work includes the removal of obsolete or failing controllers and the integration of new Siemens Desigo programmable building controllers into the existing installation-wide FRCS network. The new hardware must natively communicate and integrate with the existing Siemens front-end architecture, software, and proprietary communication protocols currently deployed at NSA Annapolis without the need for third-party middleware or translation devices.
3. STATUTORY AUTHORITY & JUSTIFICATION This action will be conducted under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
The existing FRCS infrastructure at NSA Annapolis is built upon proprietary Siemens architecture. Utilizing non-Siemens equipment would require a complete replacement of the existing front-end software, graphical user interfaces, and communication network. Doing so would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition, as well as unacceptable delays in fulfilling the installation's critical facility control and energy management requirements. Therefore, Siemens is the only source capable of providing equipment that meets the Government's interoperability and compatibility requirements.
4. NOTICE TO INTERESTED PARTIES This Notice of Intent is NOT a request for competitive proposals or quotes. A solicitation document will not be issued and proposals will not be requested.
However, any responsible source that believes it can meet the requirements may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The capability statement must provide clear and convincing evidence that the vendor's product can natively integrate with the existing proprietary Siemens Desigo front-end system at NSA Annapolis without additional hardware, software licensing, or voiding existing warranties.
Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
5. SUBMISSION INSTRUCTIONS All responses to this notice must be submitted via email to Megan May, Contract Specialist at megan.l.may3.civ@us.navy.mil no later than 12:00PM Local Time on 22 May 2026. Telephone inquiries will not be accepted.