SOLICITATION NOTICE
N -- Notice of Intent to Solicit: SCADA Electrical Upgrade (Single Source)
- Notice Date
- 9/12/2023 8:40:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- FA4625 509 CONS CC WHITEMAN AFB MO 65305-5344 USA
- ZIP Code
- 65305-5344
- Solicitation Number
- FA462523Q1107
- Response Due
- 9/25/2023 9:00:00 AM
- Archive Date
- 10/10/2023
- Point of Contact
- Tammie Clippert, Phone: 6606875425, Tammie Clippert, Phone: 6606875425
- E-Mail Address
-
509CONS.PKA.Services@us.af.mil, 509CONS.PKA.Services@us.af.mil
(509CONS.PKA.Services@us.af.mil, 509CONS.PKA.Services@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.0 Background The United States Air Force 509th Contracting Squadron intends to award a sole source Firm-Fixed Price contract under the authority of FAR 13.106-1(b)(1) to HSQ Technology, A Corporation, 26227 Research Rd, Hayward, California 94545. 2.0 Description The 509 CES requires the purchase of the Electrical Systems and Generator for Supervisory Control and Data Acquisition (SCADA) parts and computer controlled equipment parts. HSQ is the only distributor and technical service representative authorized to make changes to the Electric and Generator SCADA System and its components. No other manufacturers equipment or parts can be used to repair this system and delayed purchasing can lead to system outages that will render our monitoring system unusable and cause mission failure. The requirements for the electric and generator system upgrade include:� Removal and replacement of two end of life servers located in bldg. 149 with new or refurbished MISER Servers these servers shall be HPE Integrity rx2800 i6 servers, 147 GB system disk, 300 GB history disk, redundant power supply, DVD/CD-ROM, rack mounted, and have a minimum of a three-year warranty. New servers will come programmed with Open VMS operating system for HSQ Miser systems. Provide and install one Moxa NPORT 6510 1-Port Terminal Server. Provide and install two Cisco Catalyst 9300-24T-E 24 port Switches and power supplies, network modules and eight transceiver modules. Provide and install MISER SCADA system software to latest version (7.0 or greater) Provide three new PC workstations pre-loaded with Windows 10, MISER XView Exceed Edition, VCL software, and any other software needed to ensure the system is fully functional. Convert existing graphics user interface (GUI) to run on XView. Update existing background map of Whiteman electrical system and facilities to latest (provided by Government), provide user account preset account functions that splits what is seen on the GUI by Electric and Power Pro sections. At least one master (admin) and multiple Electric and Power Pro accounts are required. The admin account should be allowed to add new user accounts by section. The GUI shall have a main page with at least twelve sub sections to view switches or generators on the system. The GUI shall have quickly identifiable alarm conditions as well as normal conditions these should be: Normal, Abnormal, and Alarm. The vender shall provide all user manuals and documentation for operation and maintenance of the new system equipment. The vender shall provide a minimum of a four day on site visit to remove and install all equipment. The vender shall provide training for up to ten personnel on this new system to include but not be limited to the following: site specific equipment, system usage, account setup and building, GUIE lay out, adding/modifying/deleting data points and any modification made to the system. No solicitation package will be issued. �This notice is not a request for competitive quotations; however, interested parties may identify their interest and capability to respond to the requirement. �All responses must include a vendor�s Unique Entity Identifier (UEI) and must be submitted via e-mail to the Government primary point of contact at 509CONS.PKA.Services@us.af.mil. The e-mail subject line shall include:�FA462523Q1107.�The government will consider responses received by 1000 Hours CST, 25 September 2023. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. �A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. �Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This notice of intent is not a Request for Quotation (RFQ) nor is it a request for competition. Telephone requests will not be honored. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered Unique Entity ID and CAGE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1393c8f1b79a465e8d93617f5740bd86/view)
- Place of Performance
- Address: Whiteman AFB, MO 65305, USA
- Zip Code: 65305
- Country: USA
- Zip Code: 65305
- Record
- SN06827729-F 20230914/230912230103 (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 |