Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2018 FBO #5931
SOURCES SOUGHT

J -- Fox River Network Maintenance and Repairs - Sources Sought Information Form

Notice Date
2/16/2018
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
 
ZIP Code
48226
 
Solicitation Number
W911XK18R0012
 
Archive Date
3/9/2018
 
Point of Contact
Bruce M. Walrad, Phone: 3132262134
 
E-Mail Address
bruce.m.walrad@usace.army.mil
(bruce.m.walrad@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FEBRUARY 16, 2018 - SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT notice. This is not a request for proposals, bids, or price quotations. This is for research and planning purposes only. If any solicitation for the referenced services were to be issued in the future, it would be under a separate announcement. The U.S. Army Corps of Engineers Detroit District (USACE) is seeking to identify interested businesses that have the ability to provide recurring services in support of the Fox River management program in eastern Wisconsin. USACE owns and operates nine federal dams on the Lower Fox River, from Menasha to De Pere, with the Operations Control Center at Appleton, Wisconsin. USACE engages contractors to provide services involving maintenance, troubleshooting, repairs, supplying parts and integration work for the security system, Industrial Control System (IC System), and the site-wide supervisory control and data acquisition (SCADA) network system for the river program. It is intended that USACE will enter into one or more blanket purchase agreements with companies that are able to provide such services on a recurring basis, and that orders will be placed against such agreement(s) for a period of approximately three years. The applicable NAICS Code for this project is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. This may change as the project requirements are developed. **** DESCRIPTION OF SERVICES Provide qualified service personnel and parts to maintain and repair the electrical components of the supervisory control and data acquisition (SCADA) system, IC System and closed circuit camera network hardware and software, and programmable logic controller (PLC) related system components on all nine Government owned dams on the Lower Fox River. The remote operating system consists of a closed circuit industrial control system to make it possible to remotely operate the dam gates from the secure operations room in the Project Office. The IC System is a closed system consisting of Rockwell Automation (aka: Allen-Bradley) hardware, Rockwell Automation FactoryTalk SCADA software, Pelco camera network and Milestone software as well as 3rd party data communication hardware and software for each site. LOCATIONS: The Fox River Dams project consist of a control center and nine federal dams located along the 40 mile long Lower Fox River in NE Wisconsin. The locations are: 1) Operations Control Center, Appleton, WI 2) Menasha Dam, Menasha, WI 3) Appleton Upper Dam, Appleton, WI 4) Appleton Lower Dam, Appleton, WI 5) Cedars Dam, Kimberly, WI 6) Little Chute Dam, Little Chute, WI 7) Kaukauna Dam, Kaukauna, WI 8) Rapide Croche Dam, Wrightstown, WI 9) Little Kaukauna, Little Rapids, WI 10) DePere Dam, De Pere, WI The electrical and communication equipment are Government owned and maintained on the nine federal dams on the Lower Fox River. All work is to be performed to the equipment manufacturer's requirements as detailed in the OEM service manuals, manufacturer specific training classes, and/or as noted in service bulletins. Elements on the dams and operation center include, but are not limited to, seventy-three (73) tainter gate, electrical circuits, network communication control hardware, security and camera system and equipment associated with each dam and operations center. Services to be provided include, but are not limited to, inspections, repair services, software programming, electronic hardware service and replacement, parts lists, maintenance and repair procedures, maintenance and repair assistance and oversight, inspection and service reports, supply of O.E.M. or equivalent parts, and similar work. After each installation and/or service call the service technician is to write up a report for the service performed. All supplied parts shall be genuine O.E.M., or equal and shall be packaged by assembly. For continuity and security reasons, to the maximum extent possible the contractor shall supply the same service technician(s) during the life of the agreement Access: The Government will provide safe and reasonable access to the dams. Safety Program. The contractor will be subject to U.S. Army Corps of Engineers safety policies as outlined in the USACE's "SAFETY AND HEALTH REQUIREMENTS MANUAL" EM 385-1-1. A copy of the Corps' Safety Manual will be provided for reference. MINIMUM QUALIFICATIONS CERTIFICATIONS The contractor must have or be able to obtain the following prior to award of a contract: * Allen Bradley Certified System Integrator Status for Programmable Logic Controllers * UL-Listed Panel Shop * Registered Communications Distribution Designer (RCDD) Certifications * National Institute for Certification in Engineering Technologies (NICET) Certifications for Security and Fire Alarm * Milestone Certified Design Engineers and/or Technicians * Pelco Registered Partners Certification * Familiarity with the Hirsch Velocity security management software and integration of multi door systems to include: - Door contacts - Motion detectors - Access control readers. RESPONSE TIME The contractor must be able to respond on an emergency basis by being on site within 2 hours from time of the call. FAMILIARITY WITH SECURITY SYSTEMS Due to the importance of the SCADA system housed within the security system, which has the potential to threaten human life if tampered with, it is necessary for the integrator (contractor) to be able to maintain the security system protecting the equipment. There are a number of qualifications the contractor should have to work with the security system protecting the equipment as specified above in the "Certifications" section. SECURITY REQUIREMENTS Pre-screening of contractor candidates via E-verify Program.: The Contractor must pre‐screen candidates for employment using the E‐verify Program (http://www.uscis.gov/e‐verify) website to meet the established employment eligibility requirements. The Contractor must ensure that all contractor and subcontractor personnel working on the site have two valid forms of Government-issued identification prior to entering the information in E-Verify. A Tier 1 background investigation must be processed for personnel who will have physical or logical access to any components associated with the SCADA system, and a favorable security and law enforcement review must be completed by the USACE Security Office All work shall be done using a Government supplied laptop computer, and the laptop must remain on USACE property at all times. **** HOW TO RESPOND This program is not currently set aside for any particular class of small or large business, and all interested, qualified companies are encouraged to respond to this notice. Interested contractors should respond in writing by submitting the information by email. Subject Line: W911XK18R0010 Blanket Agreement for Fox River System Address : LRE-Quotes@usace.army.mil Respond by 2:00 p.m. Eastern Time on March 8, 2018. Provide the following in document format or using the attached Sources Sought Information Form with attachments as appropriate: 1. Company Information - Company Name, Address, CAGE Code (if available), Unique Entity Identifier (formerly called DUNS number, if available), Contact Name and Telephone Number, and Email Address. 2. Past Experience - Provide a brief description of the company's experience providing services as described above. 3. Current Capability - Provide a descriptive statement of the company's capability to provide services as described above. Identify offices and locations from which technical personnel would mobilize to the Fox River locations Wisconsin. Indicate if the company currently employs certified technicians, or if the company would hire or contract technicians for the services described above. 4. Identify any key subcontractors on whom the company would rely to fulfill the requirements of a service order. 5. Identify the approximate percentage of the work that would be self-performed. Please note that respondents will not necessarily be contacted directly regarding their submission or information gathered as a result of this Sources Sought notice. Any solicitation or contract action that develops in association with this project will be published at a later date by a separate announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK18R0012/listing.html)
 
Record
SN04826374-W 20180218/180216230913-2549aace885f53ecaddaad882fac8cdc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.