SOURCES SOUGHT
N -- Companies that possess a Top Secret/SCI facility clearance and Top Secret/SCI personnel to furnish and install a Supervisory Control and DAta Acquisition (SCADA) System.
- Notice Date
- 1/24/2008
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-08-S-0008
- Response Due
- 2/15/2008
- Archive Date
- 4/15/2008
- Point of Contact
- Margaret Zimmerman, 410-854-0742
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore
(marge.g.zimmerman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- As part of $40 Million program, the US Army Corps of Engineers is seeking a qualified electrical Supervisory Control & Data Acquisition (SCADA) equipment manufacturer (vendor)/integrator to furnish, install and maintain a Supervisory Control & Data A cquisition (SCADA) system Master Station. The vendor must meet the security and technical requirements as stated below. Security Requirements: a. The vendor/integrator shall possess a current Top Secret facility security clearance. b. A ll personnel of the vendor/integrator who will be working on installing and programming said SCADA Master Station system shall possess a TS/SCI clearance. c. The vendor/integrator shall be capable of meeting specific Cyber Security requirements such as: 1. NERC Critical Infrastructure Protection, US Department of Energys 21 Steps to Improve Cyber Security of SCADA Networks, IEEE P1689 Trial Use Standard for Cyber Security of Serial SCADA Links and IED Remote Access, NIST Special Publications 800-82 D raft Guide to Supervisory Control and Data Acquisition (SCADA) and Industrial Control Systems Security, and Multi-State Information Sharing and Analysis Center (MSISAC) Cyber Security Procurement Language for Control Systems Version 1.5 draft document< BR>2. All software deployed as part of the Master Station installation must be able to be evaluated (scanned) for malware per NIST SP800-82. 3. Firewalls shall be used to separate the SCADA Network from any other system per SP800-82. 4. The softwar e supplier must have installed and programmed at least 15 electric power distribution systems for monitoring, control and analysis in installations of similar size and function (electrical systems) equivalent to that of a small city. Such experience must h ave been gained in the last 5 years and shall be with the same manufacturers system as will be proposed for this project. Technical Requirements: a. The Master Station to be furnished and installed by the vendor/integrator shall be commerci al off-the-shelf (COTS) software running on COTS hardware, and shall utilize open standards to the greatest extent feasible. b. The system to be furnished and installed shall be able to run on Linux, Solaris, or Microsoft Server 2003. c. A communica tion interface between the new Master Station and existing RTUs, PLCs and meters is required. Open protocol support shall include MODBUS, MODBUS+, MODBUS RTU, and DNP 3.0. d. The system to be furnished and installed shall provide a minimum demonstrated capacity 100,000 points expandable to 200,000 or more. It shall provide serial communication channels and TCP/IP communications for MODBUS and DNP3. e. The system to be furnished and installed shall provide a minimum workstation capacity of 100 workst ations. Minimum user capacity (available username and password capacity) shall be 500 users. User permission shall have fine grain access controls. System shall have capability for integration into an LDAP, or MS Active Directory user management infrastruc ture. f. The Master Station software shall be able to perform Power Quality analysis and shall further be capable of using existing PML meter data and industry standard format such as IEEE P1159.3 Draft Standard for the transfer of Power Quality Data.< BR>g. The Master Station software shall be able to perform Engineering Analysis such load flow analysis, short circuit analysis, sequence of event analysis and stability analysis. h. The Master Station Software shall support real-time contingency anal ysis providing forecasted performance and optimal restoration of the systems under faulted and maintenance conditions. i. The Master Station software shall be capable to perform automated control such as load add, load shed, fault isolation and restor ation. j. The Master Station software is to rapidly recognize and clearly and forcefully display alarms to operators to facilitate investigation of and respo nse to the conditions resulting in the alarm. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified commercial sources and interested vendor/integrator befo re determining the method of acquisition. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. It is requested that you furnish your technica l capability statement and evidence of your Top Secret/SCI facility clearance and Top Secret SCI personnel clearances. Also please identify your SBA size standard, such as 8(a), Small business, Hub zone, Woman-owned, Service Disabled Veteran, Minority owne d, etc. Please note that is it required that your company be registered in the Contractors Central Registration System (CCR), please see www.ccr.gov for additional information. Information shall be submitted to Department of the Army, Baltimore District , Corps of Engineers, PO Box 1715, Baltimore, Maryland 21203-1715, Attn: Mrs. Margaret G. Zimmerman no later than 15 February 2008. Any questions may be directed to Mr. Jean Nicholas 410-854-0719 or Mr. Jim Simms 410-854-0726. Solicitation Number W912DR -08-S-0008 shall be referenced.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN01491942-W 20080126/080124224221 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |