SOURCES SOUGHT
61 -- Sources Sought for Real-Time Automation Controller (RTAC), Joint Base Pearl Harbor-Hickam, Hawaii
- Notice Date
- 1/11/2024 5:58:52 PM
- Notice Type
- Sources Sought
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478CON33FY2408
- Response Due
- 1/25/2024 4:00:00 PM
- Archive Date
- 02/09/2024
- Point of Contact
- Kimberlee Fujimoto, Phone: 8084749344, Joseph Rayray, Phone: 8084712540
- E-Mail Address
-
kimberlee.l.fujimoto.civ@us.navy.mil, Joseph.D.Rayray.civ@us.navy.mil
(kimberlee.l.fujimoto.civ@us.navy.mil, Joseph.D.Rayray.civ@us.navy.mil)
- Description
- The Government is conducting market research with the intent to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. �The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide for a Real-Time Automation Controller (RTAC) that has equal performance requirements as the SEL-3530, manufactured by Schweitzer Engineering Laboratories (SEL), 2350 NE Hopkins Court, Pullman, WA 99163. FY2020 Special Projects Program RM 15-2763, Replace Primary Circuits H-2 and I-4, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, requires real-time automation controllers that meets the following specifications. � � �1. The information processor shall operate a serial and ethernet communications network. It shall provide a combination of functions that include deterministic logic processing, automatic transmission of outgoing messages and processing of responses, data scaling, data aggregation, simultaneous collection of data from multiple server devices (both SEL and non-SEL IEDs), and simultaneous data access for multiple client (master) devices. � � �2. Role-Based Security. The information processor shall incorporate independent user-based security with strong passwords, role-based accounts, and settable account expiration dates. The system shall provide a mechanism to map security-related system tags into SCADA reports. � � �3. Serial Communications Ports. The information processor shall have 17 rear-panel ports with an optional 16 additional ports available. Each port shall be software configurable for EIA?232 or EIA-485 communications modes. Each serial port connector shall have an available demodulated IRIG?B time-synchronization signal. � � � �4. Ethernet Communications Ports. The information processor shall have three Ethernet ports that can operate simultaneously on different networks through independent MAC addresses. This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract. Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. �Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. �Also, provide company information and point of contract (name, title, email, phone, mailing address). The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement. Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. �All proprietary or classified information will be treated appropriately. �The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure. Interested parties shall submit information and specifications to Ms. Kimberlee Fujimoto, Contracting Officer, via email at kimberlee.l.fujimoto.civ@us.navy.mil and Mr. Joseph D. Rayray, Contract Specialist, at joseph.d.rayray.civ@us.navy.mil.� Interested parties responding to this announcement by Thursday, 25 January, 2024 at 2:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a14fd2e01d745b9b3821e3ab9988cb9/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06934129-F 20240113/240111230057 (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 |