SOURCES SOUGHT
D -- Supervisory Control and Data Acquisition Upgrade, Tulsa District
- Notice Date
- 8/12/2022 12:34:51 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV22QSB0999
- Response Due
- 9/12/2022 12:00:00 PM
- Point of Contact
- Shawn Brady, Phone: 9186694984, Robert Connors, Phone: 9186697078
- E-Mail Address
-
shawn.g.brady@usace.army.mil, robert.w.connors@usace.army.mil
(shawn.g.brady@usace.army.mil, robert.w.connors@usace.army.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT SYNOPSIS � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � For � � � � � � � � � � � � � � � � � � � � � � � � �Supervisory Control and Data Acquisition Upgrade, Tulsa District This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award a Supervisory Control and Data Acquisition Upgrade (SCADA).� Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using �Tradeoff�.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The US ARMY CORPS OF ENGINEERS is seeking sources to design, build, program, install, and commission new SCADA systems at Lake Whitney and Sam Rayburn Dams. The SCADA system will utilize Siemens PCS7 to control hydroelectric units and auxiliary systems locally and remotely. The new system will be integrated with existing systems including, but not limited to, governors and exciters. A new sequence of events recorder utilizing a Schweitzer Engineering Laboratories RTAC and Axion modules will also be implemented. The systems must be designed and implemented utilizing the Department of Defense Risk Management Framework standards and requirements. Special consideration must be given to the needs of hydropower operations, cybersecurity, and consolidated operations.� Minimum Contractor Requirements ����������� 5 years of experience with Siemens PCS7 and Siemens hardware. ����������� 5 years of experience hydropower SCADA systems. ����������� 2 fully completed projects demonstrating experience in designing, building, programming, and installing SCADA systems. Preferred Contractor Requirements ����������� 10 years of experience with Siemens PCS7 and Siemens hardware. ����������� 10 years of experience hydropower SCADA systems. ����������� 4 fully completed projects demonstrating experience in designing, building, programming, and installing SCADA systems. ����������� Certified Siemens solution partner. ����������� 5 years of experience with Schweitzer Engineering Laboratories RTAC. ����������� Experience designing, building, and integrating sequence of events recorders. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: $1,000,000 and $5,000,000. The North American Industry Classification System code for this procurement is 541519 - Other Computer Related Services which has a small business size standard of $30M.� PSC:� DD01 - IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about April 2023, and the estimated proposal due date will be on or about June 2023.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities beta.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 12 �2022.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3bdaae633a25464d97f79ca4259a43ec/view)
- Record
- SN06425772-F 20220814/220812230125 (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 |