Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
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
 
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 |
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.