Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2022 SAM #7580
SOURCES SOUGHT

99 -- Control Systems HMI Improvements

Notice Date
8/30/2022 6:35:15 AM
 
Notice Type
Sources Sought
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD22P0000003023
 
Response Due
9/13/2022 9:00:00 AM
 
Point of Contact
Tiara Davis
 
E-Mail Address
tiara.s.davis@usace.army.mil
(tiara.s.davis@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential CONTROL SYSTEMS HUMAN MACHINE INTERFACE (HMI) IMPROVEMENTS AT THE WASHINGTON AQUEDUCT, WASHINGTON D.C. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside or acquisition decision to be issued will depend upon the capabilities of the responses to this notice. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any requirements. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The Washington Aqueduct operates three facilities that utilize a graphical supervisory system to monitor plant processes.� Typical processes include filtration, pumping, chemical feed, and sludge dewatering. The graphics currently being used by WA are outdated and need to be upgraded to current standards.� The goal is to obtain fully functional and dynamic High-Performance HMIs and High-Performance Enhanced Alarming systems for all WA plants and subsystems. This approach will be used to minimize human mistakes and to also minimize the effect of �Alarm Fatigue.� A written and comprehensive set of standards is also needed for all HMIs and the enhanced alarming strategy across all WA plants and subsystems.� These standards will then be used for future modifications to the graphical and alarm systems. The Washington Aqueduct (WA), a division of the Baltimore District United States Army Corps of Engineers (USACE), treats water drawn from the Potomac River to produce drinking water for Washington, DC and portions of Northern Virginia. WA has the responsibility to provide safe, reliable, cost-effective drinking water to one million retail customers, through its three wholesale customers, 24 hours a day, seven days a week.� WA is the sole source of potable water supply to most of the one million customers.� The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Interested qualified Large Businesses, Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their specialized experience and technical competence. Capability statements are required to be submitted and should include information and details of similar projects, to include contract value. Narrative shall be no longer than 15 pages in one (1) PDF file. Responses must include the Offerors' name, POC phone number, SAM information and email address. Comments will be shared within the Government, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Time (ET) on Tuesday, September 13, 2022. All responses under this Sources Sought Notice must be emailed to Tiara Davis at Tiara.S.Davis@usace.army.mil referencing the sources sought notice number PANNAD-22-P-0000 003023. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact Tiara Davis at Tiara.S.Davis@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c41909028c6348a8b1b33833787b92c8/view)
 
Place of Performance
Address: Washington, DC 20016, USA
Zip Code: 20016
Country: USA
 
Record
SN06447210-F 20220901/220830230132 (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.