Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SPECIAL NOTICE

99 -- National Electric Grid Monitoring System - Sources Sought

Notice Date
8/3/2004
 
Notice Type
Special Notice
 
Contracting Office
3610 Collins Ferry Road Morgantown WV, 26507-0880
 
ZIP Code
26507-0880
 
Solicitation Number
DOE-SNOTE-040803-003
 
Archive Date
12/31/2004
 
Description
The Government anticipates contracting for services to implement a National Electric Grid Monitoring System (NEGMS) based on two initiatives proposed between the U.S Department of Homeland Security (DHS) and portions of the electric utility industry. The two initiatives consist of a near real-time portion of the system requiring manual entry of data and a real-time portion of the system using automated data entry. This project seeks to finalize the design concepts of these two initiatives, provide a detailed design for both, and to implement at least an initial phase of both these initiatives including the initial installation of the system. A key component to achieving these goals will be the ongoing collaboration among key electric sector organizations, the Government, and the Contractor for this effort. The purpose of the system is to aid the DHS in maintaining a situational awareness of the state of the nation's electrical grid and to share this information with the electricity sector. This system will initially operate between the DHS and a limited number of the North American Electric Reliability Council (NERC) Reliability Coordinator (RC) Region sites. The concept for the near real-time portion of the NEGMS is for personnel at each individual participating RC site to manually enter via a computer monitor information into a preformatted spreadsheet The spreadsheet will use this information to automatically characterize the condition or "status" of the RC Region's grid. This spreadsheet information and the "status" condition for each participating RC region will be communicated to and stored at the DHS. Each participating RC region will also have access to the spreadsheet and "status" information for each RC region via access to DHS. Visualization capabilities will be provided at DHS in the form of maps with graphical information. The visualization information will also be available at the RC sites via access to DHS. A selective text messaging capability will exist between DHS and the RC sites. The concept for the real-time portion of the NEGMS is to provide DHS with various electrical system indices calculated from selected raw electrical system data for each participating RC region. The indices will serve the purpose of providing information to DHS to characterize the state of the grid in presentation formats that are easy to understand and interpret. An RC NEGMS Server function will be developed for use at each RC site to obtain the raw data from the RC's Energy Management System (EMS) server. The RC NEGMS Server function will be capable of accepting and converting the RC's EMS vendor-specific data into an open mainstream data format for use by the real-time system. The server function will also derive from the data the various electrical indices that will be used to characterize the "status" of the RC Region's grid. The development of these indices and the "status" values will be determined using algorithms the contractor will develop or finalize in collaboration with the Government and the participating RCs. These RC indices and "status" values will be communicated to DHS via a system communications network and stored there for use by DHS personnel. Visualization capabilities, which will probably include displaying and trending of various indices superimposed on a map, will be developed for use at DHS. Similar to the near-real time portion of NEGMS these indices and visual information for each participating RC will be available to each participating RC through access to the "database" at DHS. This portion of the system will also have a selective text messaging capability between DHS and the RC sites. Additional NEGMS system functions will be required to be available at DHS to effectively utilize data such as a functional application to allow for additional inference and index calculations to be performed at DHS based on all information available at DHS. This may include information not obtained through the NEGMS. The Contractor should be capable of designing a NEGMS to facilitate future modifications and additions with relative ease including the expandability of system functions and applications and the ability to meet increased bandwidth requirements. This implies a strong preference for the use of industry standard approaches (e.g., protocols, data formats, widely used commercial database management systems, openly accessible interfaces, languages, etc.) and an avoidance of proprietary solutions. The system will comply with NERC Cyber Security Standards as a minimum. The contractor will also provide system testing and training. The purpose of this announcement is to determine the capabilities and interest from organizations of all sizes, including small businesses or combinations of small businesses, that have the requisite breadth and depth of experience and capabilities in the various technical, engineering, security, acquisition, business, and other disciplines that would be needed to successfully implement the NEGMS. Organizations deeming themselves qualified are requested to provide a brief description of their capabilities and experience in these or related areas. The information provided should specifically address the following points: 1) Whether or not the organization has qualified and relevant staff with Government security clearance(s). If it does, please specify at what security level and with what Government agency(ies); 2) The organization's experience in performing work for Government agencies, particularly the DHS, including the nature of the work and how the experience may be relevant to the specific capabilities necessary to perform this project; 3) The organization's experience in performing work for the electric utility sector, particularly for any of the NERC Reliability Coordinator Regions, including the nature of the work and how the experience may be relevant to the specific capabilities necessary to perform this project; 4) The organization's experience in designing and implementing a system that required the demonstration of similar capabilities to those necessary to perform the project described in this document; 5) The organization's expertise related to the nation's electrical transmission grid including its understanding of the importance and interrelationship of various grid parameters to each other and to the proper functioning of the electrical grid. This knowledge is important for engaging with industry in discussions regarding the relevance of the information being provided through the NEGMS to meeting both Government's and industry's needs and for exploring methods for making the "initial phase" effort more effective including the development of relevant indicators for the status of the electrical grid; 6)Any other information the organization deems relevant to demonstrating its overall capabilities to successfully perform this entire project. In addition to the information identified above, all responses must include the name and address of the responding organization, the name and contact information for a contact person within that organization, and a statement of the organization's size status and any applicable socio-economic designations, i.e. 8(a) small business, HUBzone small business, etc. THIS REQUEST IS NOT A SOLICITATION FOR PROPOSALS BUT MERELY A REQUEST FOR INFORMATION. Responses should be submitted in MS Word format, not to exceed five (5) pages in length, be single spaced with 1" margins (top, bottom, left, right), and when printed should fit on size 8 1/2" by 11" paper. The type must be legible and not smaller than 10 point. You are discouraged from including large pictures or charts in your response. An e-mail message containing the Word file as an attachment must be submitted to the Contract Specialist, Keith Carrington, at keith.carrington@netl.doe.gov no later than Thursday, July 22, 2004. The Government has determined that the technical information included in this notice is sufficient in detail for an organization to determine whether or not it possesses the capabilities to meet these requirements. Therefore, questions of a technical nature are discouraged as it is anticipated that no additional technical information will be made available for this requirement at this time. All other questions regarding this notice should be directed to Mr. Carrington, at (304) 285-4456, or at the e-mail address listed above.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/doebiz.nsf/UNID/55AE1E315AF34F5185256EC1005B8DAB?OpenDocument)
 
Record
SN00635557-W 20040805/040803211926 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.