SOURCES SOUGHT
D -- Sources Sought for Supervisory Control and Data Acquisition (SCADA) programming services
- Notice Date
- 1/30/2024 12:49:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478CON33FY2415
- Response Due
- 2/14/2024 4:00:00 PM
- Archive Date
- 02/29/2024
- Point of Contact
- Joseph Rayray, Phone: 8084712540, Kris Nakashima-Wong
- E-Mail Address
-
Joseph.D.Rayray.civ@us.navy.mil, kris.e.nakashima-wong.civ@us.navy.mil
(Joseph.D.Rayray.civ@us.navy.mil, kris.e.nakashima-wong.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 supervisory control and data acquisition (SCADA) programming labor that has the equal performance and listing/approval requirements as the HSQ programming provided by HSQ Technology, 26227 Research Road, Hayward, CA, 94545.� The alternate product/service must meet the following requirements/specifications: 1. � SCADA Programming: Provide programming to integrate new equipment and sensors into an existing HSQ MISER SCADA software system. Additionally, programming shall include updating all graphics in the existing HSQ MISER SCADA software system to include the new equipment and sensors. 2.�� Site Local Workstation license must match the existing master station license. 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. Kris Nakashima-Wong, Contracting Officer via email at Kris.E.Nakashima-Wong.civ@us.navy.mil and Mr. Joseph Rayray, Contract Specialist at Joseph.D.Rayray.civ@us.navy.mil. Interested parties responding to this announcement by 14 February, 2024 at 2:00 p.m. Hawaii Standard Time will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/78da2f00b64a4487b76ec62d2c37760f/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06950003-F 20240201/240130230046 (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 |