SOURCES SOUGHT
59 -- Control system integrator capable of upgrading Programmable Logic Controllers (PLC) based control systems
- Notice Date
- 9/24/2013
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, PA 15222-4186
- ZIP Code
- 15222-4186
- Solicitation Number
- SS-PLCRFI
- Response Due
- 10/1/2013
- Archive Date
- 11/23/2013
- Point of Contact
- Michelle Anderson, 4123957417
- E-Mail Address
-
USACE District, Pittsburgh
(michelle.l.anderson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought and Request for Information (RFI) only. This is not a solicitation announcement, nor is it a Request for Quote (RFQ). This request does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Response to this notice is strictly voluntary and will not affect any vendor's ability to submit a quote if and when a solicitation is issued. The U.S. Army Corps of Engineers (USACE), Pittsburgh District is conducting preliminary market research to determine the capabilities of potential qualified control system integrator capable of upgrading Programmable Logic Controllers (PLC) based control systems at seven sites running Windows 7 operating system at Charleroi L/D (1 PC), Maxwell L/D (1 PC), Point Marion L/D (2 PC), Morgantown L/ D (1 PC), Hildebrand L/D (1 PC), Opekiska L/D (1 PC), and Emsworth Main (1 PC), and Back Channel L/D (1 PC), located on the Monongahela River in Pennsylvania and West Virginia and on the Ohio River in Pennsylvania. The proposed NAICS for the proposed acquisition is 541511 - CUSTOM COMPUTER PROGRAMMING SERVICES. Scope of the Proposed Acquisition: Upgrades to the PLC based control systems shall consist of the following: a.The existing control system personal computer (PC) at each site shall be removed from the dam control HMI enclosure or desktop and turned over to government site personnel. The new government furnished PCs with Windows 7 operating systems shall be re-installed in the dam control HMI enclosure or placed on a desktop. b.For the Mon River Remotes, the contractor, shall provide and install one licensed copy of the latest version of iFIX, iFIX 5.5 or newer compatible with Windows 7 for each of the seven PCs in the control system. One licensed version of iFIX shall include a fully functional developer license which shall be installed on the master control PC located at Point Marion. The contractor shall be responsible for inventorying the existing software and providing the appropriate software update. In addition, five (5) years of iFIX GlobalCare shall be provided for each licensed copy of iFIX installed. c.For the Mon River Remotes, the contractor shall provide and install one licensed copy of the latest version of Schneider Electric Concept compatible with Windows 7 for each of the six local PCs in the Mon River Remotes control system. Five (5) years of Schneider Electric Priority Support technical support shall be provided for each licensed version of Concept installed. d.For the Mon River Remotes, communications between the dam gate programmable logic controllers (PLCs) and the HMI PC is accomplished via Ethernet over fiber optic cabling and shall be re-established by the Contractor. Each local PC shall be capable of controlling the dam PLCs in the same manner as prior to the PC upgrade. In addition, the Mon River Remotes Master PC located at Point Marion shall communicate with all PLCs at all six sites as it is currently operating. After installation of the new PCs, all local and remote HMI control screen features shall be demonstrated by the Contractor to Government personnel to verify proper operation. e.Reconfigure each Modicon Momentum M1E PLC processor at all Mon River Remotes sites with new government furnished IP addresses. The breakdown is as follows: i.Charleroi L/D - 5 PLCs ii.Maxwell L/D - 5 PLCs iii.Point Marion L/D - 6 PLCs iv.Morgantown L/D - 7 PLCs v.Hildebrand L/D - 7 PLCs vi.Opekiska L/D - 5 PLCs f.For Emsworth, all Rockwell Automation control software and communications software installed on the existing PCs to operate the back channel dam shall be re-installed on two new GFE PCs. The back channel dam can be controlled via a PC from the building at the back channel dam or from the middle wall office at the main channel locks and dam. The appropriate software licenses shall be moved from the existing PCs to the new GFE PCs as required. The contractor shall be responsible for inventorying the existing software and providing the appropriate software updates. The contractor shall provide a minimum of two licensed copies of the latest version of Rockwell Automation Factory Talk View Site Edition, one licensed copy of the latest version of Rockwell Automation Factory Talk Machine Edition, one licensed copy of RSLogix5000, RNetWorx and RSLinx Classic if needed. The new and/or updated software shall be compatible with Windows 7 and configured the same as the current configuration. After installation of the new PCs, all local and remote HMI control screen features shall be demonstrated by the Contractor to Government personnel to verify proper operation. Five (5) years of Rockwell Automation TechConnect Priority Connect System Support shall be provided for each software license installed. g.Reconfigure each Allen-Bradley 1756 ControLogix PLC, Allen-Bradley PanelView Plus, and Ethernet switch at the Emsworth Back Channel with new government furnished IP addresses. The breakdown is as follows: i.PLC Processors - 7 ii.PanelView Plus Terminals - 6 iii.Ethernet Switches - 7 h.For all nine (9) PCs at the seven (7) sites, the contractor shall provide a backup image of the hard drives on GFE external hard drives. The external hard drives with the newly created backup image shall be turned over to the government at the completion of the project. The hard drive image shall be verified by the government prior to acceptance. Interested and capable contractors are requested to provide complete responses to the information below to Michelle Anderson, Contracting Officer, no later than October 1, 2013 by email at: michelle.l.anderson@usace.army.mil. Sources must provide the following information: (1)Contractor's name and address (2)Contractor's point of contact, telephone number and email address (3)Contractor's cage code (4)Contractor's Business Size and Socio-Economic Status (5)Details of the Contractor's experience and/or capability in providing services similar to those described in this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/SS-PLCRFI/listing.html)
- Place of Performance
- Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA
- Zip Code: 15222-4186
- Zip Code: 15222-4186
- Record
- SN03200595-W 20130926/130924235158-52dd85c9084f254eddd3b28a1f279566 (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 |