Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOURCES SOUGHT

66 -- Sources Sought for Supervisory Control and Data Acquisition (SCADA) system utilizing Rockwell Automation software with Allen-Bradley Programmable Logic Controllers (PLCs)

Notice Date
2/15/2024 3:10:35 PM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742SCADA53
 
Response Due
2/29/2024 4:00:00 PM
 
Archive Date
03/15/2024
 
Point of Contact
Shaun Bissen, Phone: 8084717130, Erik Torngren, Phone: 8084746476
 
E-Mail Address
shaun.m.bissen.civ@us.navy.mil, erik.s.torngren.civ@us.navy.mil
(shaun.m.bissen.civ@us.navy.mil, erik.s.torngren.civ@us.navy.mil)
 
Description
Sources Sought � Supervisory Control and Data Acquisition (SCADA) system utilizing Rockwell Automation software with Allen-Bradley Programmable Logic Controllers (PLCs) Notice of intent to use a brand name product.� The Naval Facilities Engineering Command, Pacific (NAVFAC Pacific) is performing a market survey to determine if other potential sources of supply can provide a Supervisory Control and Data Acquisition (SCADA) system compatible with the existing Navy Wastewater Treatment (WWTP) SCADA system in Guam.� The existing SCADA system is a custom programmed and built system utilizing Rockwell Automation software with Allen-Bradley Programmable Logic Controllers (PLCs) to monitor and control the potable water system.� FY24 MCON P-541, Missile Integration Test Facility, NAVBASE GUAM, Joint Region Marianas, Guam requires a SCADA system with the following characteristics: 1.�� The modified or new SCADA components shall be technically and operationally compatible with the existing Navy Wastewater Treatment Plant (WWTP) SCADA system in B1794 at Apra Harbor. 2.�� The modified or new SCADA components shall have full communication compatibility with the existing control system.� The existing control system is a ControlLogix or CompactLogix processor. 3.�� The new controller shall communicate via Ethernet IP via integral protocol port without requiring a third party device or additional programming. 4.�� The system shall have support of state-of-the-art and user-friendly human-machine interface (HMI) and control software. 5.�� The distributed control system�s network shall use Ethernet-based supervisory communication. 6.�� Controllers, network media, and adapters shall support enhanced redundancy on Ethernet/IP networks. 7.�� The installer shall integrate modified or added components with the existing SCADA system such that components shall have permanent communications paths to the SCADA system server at Navy Wastewater Treatment (WWTP) SCADA system in B1794 at Apra Harbor. This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Government. This is not a request for proposals, quotes, or an invitation for bid. The intent of this notice is to identify other potential sources of this product. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product to ensure compatibility with the existing system. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit company brochures. Please submit complete information via email to Mr. Shaun Bissen via electronic mail at shaun.m.bissen.civ@us.navy.mil no later than 29 February 2024 at 2:00 p.m. H.S.T. �Information received after the due date/time will not be considered. Any information provided to the Government in response to this RFI will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/311a99cba326425fb35c37c11db45441/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN06968368-F 20240217/240215230100 (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.