Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2021 SAM #7061
SPECIAL NOTICE

70 -- GE iFix License Renewal & Tech Support Services

Notice Date
3/30/2021 1:20:33 PM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N21Q0049
 
Response Due
4/7/2021 10:00:00 AM
 
Archive Date
04/22/2021
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE OF INTENT TO SINGLE SOURCE � Solicitation Number: W9127N21Q0049 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Portland Classification Code: 7A21 � IT and Telecom - Business Application Software (Perpetual License Software) NAICS Code: 511210 � Operating Systems Software Notice Type: Special Notice Synopsis: � This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 �Synopses of Proposed Contract Actions.� The U.S. Army Corps of Engineers (USACE), Portland District intends to award a single-source, firm-fixed-price supply contract to CB Pacific Inc., 909 � 7th Avenue, Suite 201, Kirkland WA 98033.� The purpose of this acquisition is to purchase (follow-on) annual software license, tech support and version upgrades for the GE Intelligent Platforms (GE IP) Proficy iFIX SCADA and Historian software product. This includes free upgrades to the software, and assistance with problems associated with the GE IP Proficy iFIX SCADA and Historian software. GE IP Proficy assistance may include emails, phone conversations, access to their software support portal, and/or specific patches to resolve a problem. The GE IP Proficy iFIX software provides real time database, user interface and I/O drivers functionality used the GDACS SCADA control system installed at twelve U.S. Army Corps of Engineers (USACE) NWD Projects, and also at the USBR Grand Coulee Project, whom which we have an MOA for development, maintenance, and support. The GE IP Proficy iFIX SCADA/HMI and Historian software products are required for to provide the real-time database, alarming, user-interface, and historian functionality in GDACS. The iFIX SCADA/HMI software runs on the GDACS Master Station which functions as the Plant Control System. The GDACS Master Station communicates to the RTUs (remote terminal units) using the GE Input/Output ABR driver, and stores data in its real-time database. The iFIX software processes the real-time data for alarm conditions and other control actions. The GE iFIX HMI portion is installed on the GDACS Operator View Stations and allows Plant Operators to interact with the system. The GE Historian software runs on the GDACS Database Server to collect and store Plant historical data.� Only GE Intelligent Platforms can supply the required support. The iFIX HMI/SCADA product was selected after a technical evaluation of other COTS (commercial off-the-shelf) SCADA products that were available on the market at the time, which included WonderWare and FactoryLink. These products were evaluated for the following capabilities: ability to interface with a variety of PLCs (programmable logic controllers); ability to customize the HMI (human machine interface) displays for Plant Operations; ability to scale for different sized Projects. The iFIX HMI/SCADA was selected because it met these requirements the best. After selection of the COTS SCADA product, USACE wrote the custom portion of the GDACS system software. The custom portion of GDACS is the USACE developed software, written in the C++ programming language, that handles calculations of the real-time data for plant megawatt (MW) and mega volt amps reactive (MVAR) control of the facility, communications to the Bonneville Power Administration, calculations of MW and MVAR limits to keep generators within capability limits, among other functions. This custom portion of the GDACS system software is designed to work with the iFIX HMI/SCADA COTS product. This means that the custom GDACS software code has been integrated to make calls directly to the iFIX programs. It�s critical that the software for power plant monitoring and control between NWD and SAD hydropower facilities, as well as other federal power plants that may be linked, have one system that is consistent between facilities. The requested software comprises critical components of this system which are not compatible with other manufacturer�s software, which GE IP holds the proprietary rights to. Selecting a product other than GE iFIX and Historian would mean the SCADA product would not be compatible with the existing infrastructure. This would impact the Plant Operator�s ability to interact with the system as well as the collection of Plant historical data. The powerhouses controlled by GDACS represent the largest single source of electricity for the Pacific Northwest, and any disruption of GDACS software would cripple the Pacific Northwest power supply network, managed by the BOR, BPA, and COE through the common Federal Columbia River Power System (FCRPS). The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1) � Soliciting from a Single Source for purchases not exceeding the simplified acquisition threshold. A SOLICITATION WILL NOT BE POSTED The Government intends to proceed with this sole source action. The NAICS code is 511210 � Operating Systems Software. The size standard as defined by the U.S. Small Business Administration is $41,500,000. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government by submitting a capability statement that they have ability to complete the above services in the required timeframe. If no affirmative written responses are received by 12:00 PM Pacific Time on April 7 2021, an award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to the contracting point of contact listed below. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice. Contracting Office Point of Contact: Robbie Newland Robbie.R.Newland@usace.army.mil (Contracting Specialist) Theodore Blume Theodore.S.Blume@usace.army.mil (Contracting Officer)����������� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a9f6744067640aabc2565c8258da5ef/view)
 
Place of Performance
Address: Portland, OR 97204, USA
Zip Code: 97204
Country: USA
 
Record
SN05956753-F 20210401/210331083200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.