Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

D -- Automated Controls and Cybersecurity Systems Engineering and Design Support

Notice Date
5/9/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-17-R-0025
 
Archive Date
9/30/2017
 
Point of Contact
Eric Oldenkamp,
 
E-Mail Address
Eric.J.Oldenkamp@usace.army.mil
(Eric.J.Oldenkamp@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Automated Controls and Cybersecurity Systems Engineering and Design Support Solicitation Number: W9127N-17-R-0025 Point of Contact: Eric Oldenkamp, Contract Specialist, eric.j.oldenkamp@usace.army.mil The U.S. Army Corps of Engineers is conducting market research to determine the amount of competition the Government would receive if this requirement is set-aside for a socioeconomic category. The projected procurement will be a competitive Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award/Task Order Contract (MATOC) with a capacity of $5,000,000.00. The period of performance shall be for one (1) Base Year and four (4) one year option periods. The type of solicitation set-aside to be issued will depend upon the responses to this Sources Sought. The 2012 North American Industrial Classification System (NAICS) code applicable to this effort is 541511 - Custom Computer Programming Services, which has a size standard of $27,500,000.00. The Government is only seeking capability statements from companies that are considered a small business under NAICS 541511. The small businesses that do submit a capability statement must also identify if their company falls under any of the following socioeconomic categories: 1. Service Disabled Veteran Owned Small Business (SDVOSB) 2. Small Disadvantage Business (SDB) - identify if your company is currently in the 8(a) program 3. Historically Underutilized Business Zone (HUBZone) 4. Woman Owned Small Business (WOSB) 5. Economically Disadvantage Woman Owned Small Business (EDWOSB) Small businesses interested in submitting a capabilities statement should review the contract information below and respond with the information requested in the submission requirements at the bottom of this notice. CONTRACT INFORMATION: Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Automated Controls and Cybersecurity Systems Engineering and Design Support. The Contractor may be required to perform work on Government premises, in particular, the Generic Data Acquisition and Control System (GDACS) testbed located at Portland, Oregon. The contractor may additionally be required to perform work on-site at offices of various USACE activities. The Government expects the bulk of the Task Orders to be issued by the U.S. Army Corps of Engineers (USACE), Portland District (CENWP), Hydroelectric Design Center (HDC), Portland, Oregon. Background: The GDACS was designed as a generic hydropower plant supervisory control and data acquisition (SCADA) that can be easily specialized for specific plant functions with the ability to locally modify but centrally maintain the components as a single base system. The software currently employs the GE Fanuc iFix SCADA engine for scan, alarm, and control functions and human-machine interface (HMI) displays for operator interaction, and contains a common application framework for SCADA and power applications. The iFix SCADA supports a variety of remote terminal unit/programmable logic controller (RTU/PLC) devices. To maintain a generic platform, a standard industrial computer that emulates Allen-Bradley PLC-5 (SoftPLC) was selected for the unit control PLC. The input/output (I/O) modules that are currently supported include MTL and Opto22. Objectives: The GDACS software and hardware is currently implemented at twelve USACE plants on the Columbia and Snake Rivers, and is being installed at the Grand Coulee and Hungry Horse (GCHH) dams for the Bureau of Reclamation. Other sites may be identified for design, installation and life cycle support. Software modifications will be made to support task parallelization and application redundancy using Data Distribution Services (DDS) technology. Advanced object oriented software development for master stations as well as PLC programming for Remote Terminal Units (RTU); advanced communication protocol knowledge, interface programming and expert level software testing and debugging skills are also required. In addition, life cycle maintenance including patching, networking and firewall configuration, cyber security support and documentation support are required. The existing GDACS application software will be modified for application at a variety of hydropower projects in a systematic way, making use of existing build, test, and management systems when possible, and developing new systems for this purpose as necessary. The tasks outlined in this statement of work will be completed in a highly collaborative environment with the Contractor. The Contractor is expected to follow the requirements in the Performance Work Statement for the items that they are tasked with and is not responsible for Government developed product and/or systems. Scope: Under this contract, the Contractor shall assist the Automated Controls and Cyber Security Branch (ACCS) in developing advanced control system and application software. Essential features consist of, but are not limited to switchyard control, remote dam operation, alarm processing, spill gate control, and other project specific functions and custom calculations. In addition, the Contractor will assist in providing networking and cyber security support including firewall, router and communications device configuration, as well as documentation support. The scope of this contract may include the following: 1. General. The Contractor shall provide programming, training, engineering services and materials, cyber security services and support as required. All deliverable products and working papers used in, and resulting from, unless covered by a separate licensing agreement, shall be the property of the U.S. Government and be provided to the U.S. Army Corps of Engineers (USACE), Portland District (CENWP), Hydroelectric Design Center (HDC), Portland, Oregon. 2. Test Bed Configuration. When a test bed configuration is required during software development, the Government's test bed, located at the CENWP-HDC office shall be used. The Contractor shall coordinate its use with other work that may be underway by the ACCS staff. 3. Source Code Software. The Contractor shall work with the Government to maintain the Government source code software and documentation using the Government's approved source code management system. 4. Government-Owned Software. All resulting Government owned software and documentation developed or modified under this contract shall be maintained using the Government's approved source code management system. 5. Software and Documentation. The Contractor shall work with the Government to integrate the resulting software and documentation into the Government's GDACS build system as soon as reasonable and per coordination with ACCS staff. 6. Methods and Languages. Software methods and languages shall be consistent with the existing GDACS software and any subsequent additions by the Government. 7. Enhanced GDACS Functionality. The Contractor shall work with assigned Government personnel to develop and implement the new features as required to implement the GDACS application. These additions will be added in such a way as to become part of the available functionality of the GDACS application software for future projects. The following items will be conjointly developed with Government personnel: a) Work in concert with the team implementing the GDACS application software to communicate requirements and tests required for application features. b) Develop necessary application interfaces for interoperation with other systems (e.g., PLCs, iFix, OPC servers, relational databases, etc.) to implement new application functionality. 8. Enhanced GDACS Build and Test System Modification. The Contractor shall work with the Government to modify the GDACS Build and Test system to incorporate all changes for new GDACS application functionality as necessary. 9. Software Maintenance Manual. The Contractor shall work with the Government to update the software maintenance manual. The manual shall be updated each time the programming is refined or changed. The Contractor shall integrate new documentation into the most appropriate location of existing software documentation and update the table of contents as necessary. 10. Factory Test Procedure. a) The Contractor shall work with the Government to provide a Factory Test Procedure that will exercise and illustrate the working of all elements of the software produced under this contract. The Factory Test Procedure shall be designed and built to operate on the Government's GDACS testbed located at CENWP. b) The Contractor shall work with the Government to design and support a Factory Acceptance Test (FAT) to be performed on the GDACS testbed at CENWP prior to installation as needed. 11. Field Test Procedures. The Contractor shall work with the Government to provide a Field Test Procedure that will verify and demonstrate that the software and databases provided under this contract meets all the requirements, and that "test cases" in existence prior to work under this contract still pass. The field test shall include additional appropriate tests that cannot be accomplished at a factory test. The procedure will be used by ACCS personnel during the installation of software as required. 12. Installation. The Contractor shall work with the Government onsite at the applicable USACE hydropower project to install initial and final versions of GDACS as needed and as directed by the Government. 13. Network Testing, Loading, and Debugging. As directed in the individual Task Orders. 14. Task Administration and Project Management. Maintain daily administrative operational project management of all task phases and schedules related to the programming, testing, implementation, support, and any other services identified under Task Orders. 15. Software Requirements. All control software shall be created with fault tolerance and user needs as high priority. Specific requirements will be included in individual Task Orders detailed Performance Work Statement. The USACE technical project lead will test for compliance. 16. Computer System Security Policy Design and Implementation. As directed in the individual Task Orders. 17. Hardware/Software System Evaluation. Evaluation of new hardware/software systems and plan for the migration to those systems as appropriate. 18. Troubleshooting. As directed in the individual Task Orders. 19. Training. Develop training materials and provide training for USACE employees on control systems, software used to develop applications, and on the use of delivered applications. Special Required Expertise: The contractor shall have experience within the last 3 years in skills/knowledge areas for key personnel as listed below: 1. Computer Engineer/Scientist (Developer) a) Software engineering and design experience utilizing Microsoft Windows, Linux, Intel based systems, C++ programming skills, XML-based system configuration and programming. b) Experience Utilizing Python programming languages for automation of routine tasks related to system configuration. c) Experience Utilizing Visual Basic and GE iFIX Workspace for HMI development. 2. Computer Engineer/Scientist (Applications) / Electrical Engineer a) Software engineering and design experience utilizing Microsoft Windows, Linux, Intel based systems, XML-based system configuration and programming and Programmable Logic Controller (plc) development skills. b) Experience Utilizing Python and Perl programming languages for automation of routine tasks related to system configuration. c) Experience Utilizing Visual Basic and GE iFIX Workspace for HMI development. 3. IT Specialist a) Experience utilizing Microsoft Windows, Linux, Intel based systems. b) Experience managing database systems such as Microsoft Access, Microsoft SQL, Postgres. c) Experience configuring network equipment such as routers, switches, firewalls. __________________________________________________________________________ SUBMISSION REQUIREMENTS: 1. Company Name, Point of Contact name, email address, and phone number. 2. CAGE Code and DUNS number. 3. Business size (large or small) under NAICS 541511 (size standard $27.5M). If you are a small business, include your socioeconomic classification (e.g. 8(a), HUBZone, Woman Owned Small Business (WOSB), Economically Disadvantage Woman Owned Small Business (EDWOSB), or Service Disabled Veteran Owned Small Business (SDVOSB)). 4. Statement of Capability: a) Provide past experience within the last 3 years of 10 projects that best represent your company's capabilities to perform the work identified above in the section titled "scope". b) Provide the resumes of your company's current employees that would be provided to complete work for the Government. The resumes should identify the employees current 3 year experience, to include all experience identified above in the section titled "special required expertise". 5. Statement of Interest. Is your firm interested in providing a proposal in response to a solicitation for these efforts if one is issued? Response deadline: 2:00 p.m. Pacific Standard Time, May 17, 2017. Submit to: eric.j.oldenkamp@usace.army.mil with "W9127N-17-R-0025 ACCS" in the subject line. _________________________________________________________________________ It is the potential Offeror's responsibility to monitor FedBizOps (FBO.gov) for release of any future solicitation that may result from this Sources Sought Notice. You must be registered in System for Award Management (SAM) Database to receive a Government contract award. You may register at for SAM at: https://www.sam.gov/portal/public/SAM/. The primary point of contact for this project is Eric Oldenkamp, Contract Specialist, at 503-808-4617 or eric.oldenkamp@usace.army.mil. Point of Contact for small business questions or assistance is the Portland District's Small Business Deputy, Carol McIntyre; carol.a.mcintyre@usace.army.mil or 503-808-4602.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0025/listing.html)
 
Place of Performance
Address: Portland, Oregon, 97208, United States
Zip Code: 97208
 
Record
SN04501677-W 20170511/170509235410-cc828beb21578a6a788560ea851492e0 (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 |
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.