Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOURCES SOUGHT

99 -- Brand Name - Supervisory Control And Data Acquisition (SCADA) system

Notice Date
4/3/2025 2:53:01 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP25X161X
 
Response Due
4/18/2025 11:00:00 AM
 
Archive Date
05/03/2025
 
Point of Contact
Chad Manson, Phone: 9042323420, Anelis NAZARIO CASTILLO, Phone: 9042323285
 
E-Mail Address
chad.d.manson@usace.army.mil, anelis.i.nazario-castillo@usace.army.mil
(chad.d.manson@usace.army.mil, anelis.i.nazario-castillo@usace.army.mil)
 
Description
Sources Sought Synopsis W912EP25X161X Central Everglades Planning Project (CEPP) Contract 11C, EAA A-2 Reservoir Seepage Pump Station S-636, Palm Beach County, Florida This announcement is to notify industry about the Government�s intent to incorporate a brand name product requirement in an upcoming construction project. The product is the Supervisory Control And Data Acquisition (SCADA) system. This product is being considered to be included in the specifications to build a seepage pump station. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR OFFERS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Jacksonville District (SAJ) intends to include a product peculiar to only one brand name equipment manufacturer in its construction specifications under the authority 10 U.S.C. 3204(a)(1), Only one responsible source and no other supplies or services will satisfy agency requirements (FAR 6.302-1). This notification is issued as a means of conducting market research to determine if the Government�s rational to require a SCADA system is justified. This requirement is for a potential fiscal year (FY) 2026 award. The project work consists of the construction of a seepage pump station at S-636 in Palm Beach Country, Florida for the CEPP Contract 11C, EAA A-2 Reservoir program. The SAJ has a portfolio of ongoing ecological programs in South Florida to include CEPP. These projects include hundreds of structures, pump stations, levees, and canals to control water movement throughout the area. All the elements are being tied, electronically, into the existing network of structures operated by the South Florida Water Management District (SFWMD). The system must operate consistently with other project features to maintain and/or improve existing levels of flood protection while enhancing environmental benefits to the system as a whole. The SFWMD Central Control System is a large, highly specialized system, which has been specifically designed for the unique requirements of remote operation of environmental restoration and flood control structures. It is required to operate reliably under all weather conditions, specifically during severe storm events when travel is extremely hazardous. The system may be considered to be a life safety critical system, in that it has a direct impact on the life safety of individuals living within the SFWMD area during a storm event due to the ability to control flooding by operation of the various gates and pumps. This is a new contract for the Central Everglades Planning Project (CEPP) Contract 11C, Everglades Agricultural Area (EAA) A-2 Reservoir Seepage Pump Station S-636. The project is part of the Comprehensive Everglades Restoration Plan (CERP) with the objective to improve the quantity, quality, timing, and distribution of water flows to the central Everglades, Water Conservation Area 3 (WCA-3) and Everglades National Park (ENP). The lead federal agency is the U.S. Army Corps of Engineers, Jacksonville District and the South Florida Water Management District (SFWMD) is the local non-Federal sponsor for the project. As a requirement of the project, the contractor will be responsible for purchasing and installing a Supervisory Control and Data Acquisition (SCADA) System as part of the S-636 pump station, which consists of brand-name products. The purpose of the Central Everglades Planning Project (CEPP) Everglades Agricultural Area (EAA) Reservoir Phase is to construct a 240,000-acre-foot EAA reservoir and 6,500 acre-foot stormwater treatment area, and integrate with A-1 FEB operations. The S-636 (CNT11C) Project is designed to perform two primary functions: � Return seepage lost from the A-2 Reservoir to the C-623 (Inflow-Outflow canal) � Manage and maintain the C-636 (Seepage Canal) within an authorized range. Project Description: The work includes transportation of fill material, construction of cofferdams, dewatering, excavation, construction of a new pumping station structure, construction of a box culvert integrated with the pumping station, and incidental related work. The new pumping station (S-636) structure has a pumping capacity of 250 CFS that consists of two 50 CFS, and two 75 CFS electric motor driven pumps. The station will include a backup generator to ensure continuous operation of the station in the event of commercial power interruption. The new pumping station is required to be constructed in dry conditions and will include installation of a cofferdam system. Installation of mechanical, electrical, and telecommunication systems are incidental to the construction of the pumping station. The SCADA system include the following major components; incidental items supporting the installation of these major components are shown indented just below the major component: Remote Terminal Unit Gated Culvert Equipment Name Manufacturer Model Fire Alarm Control Panel Honeywell 5820XL Honeywell N48PCI2L Converter Honeywell LANSRLU1 Security Alarm Control Panel Honeywell VISTA-128FBP-KT18 APC Smart-Ups APC Transceiver, Aprisa SR+, UHF, Half-Duplex 4RF, USA APSQ-N400-SSC-HD-22-ENAA Transceiver, Aprisa SR+, VHF, Half-Duplex 4RF, USA APSQ-N135-SSC-HD-22-ENAA Controller, 6A, 12VDC, Solar, Charger Morningstar SS-6 Cable, Coaxial, Flexible, Low Loss, Solid Core Times Microwave Sys. LMR400 Connector, Coaxial, N-Male, Straight Plug, Lmr-400, Site Specific Times Microwave Sys. TC-400-NMH-D Protector, Coaxial, Flange Mounted, DC Blocked, N-Female / N-Female Polyphaser IS-50NX-C2 Radio Modem, Integra-Tr, Site Specific VHF/UHF CalAmp 242-40W8-XYZ* Cable, Coaxial, Hybrid, Jumper, N-Male To SMA-Male, Rf Testing @ CF Pasternack PE3662-72 Cable, Serial, Hybrid, Rs-232 Motorola to Radio, Rj-45 To Db-9 Male, Non-Standard Graybar GRA031D1217-007 Base Model, RTU, ACE3600, 12V Ps, CPU 3610, Basic Frame Motorola 7509 Frame Option, RTU, ACE3600, 3 I/O Slots Motorola V103 I/O Module, RTU, ACE3600, 32 Di Fast 24V Motorola V379 I/O Module, RTU, ACE3600, 16 Do Ee Relay 2A Motorola V616 Power Supply, RTU, ACE3600, Dc Power Supply 18-72V Motorola V251 CPU, RTU, ACE3600, 3640, Upgrade Motorola V446 I/O Module, RTU, ACE3600, 8Ai +/-20 Ma Motorola V318 Plug-In, RTU, ACE3600, RS-232 Motorola V184 HMI Control Panel Allen-Bradley PanelView Plus 1900 "" Allen-Bradley Compact Logix PLC "" Motorola ACE-3600 Cable, Coaxial, Flexible, Low Loss, Solid Core Times Microwave Sys. LMR-400-BULK Connector, Coaxial, N-Male, Right Angle, Lmr-400 Times Microwave Sys. TC-400-NMH-RA-SS L-Foot, Solar Panel Rail, W/T-Bolt, Mill Unirac 304001C Panel, 345 Watt, Solar Mission Solar Energy MSE345SX5T Rail, Solar Panel Racking 168-Inch, Clear Unirac 310168C Connector, Gnd, Lay-In, 4-14, #10, Tin ILSCO/REXEL GBL-4DBT Nut, Hex, 3/8-16, 18-8 SS, 9/16 Acrflt McMaster-Carr 92673A125 Nut, Hex, Ext Toothed Lk 1/4-20, 18-8 SS McMaster-Carr 96278A511 Nut, Hex, Ext Toothed Lk 10-32, 18-8 SS McMaster-Carr 96278A411 Plate, Backing, 2-13/16"" C-C Spacing Sterling Industry Screw, Hex Hd, 1/4-20 X .75, 18-8 SS McMaster-Carr 93190A540 Screw, Hex Hd, 3/8-16 X .3, 18-8 SS McMaster-Carr 92186A636 Screw, Hex Hd, Serflg,10-32 X .75, 18-8 McMaster-Carr 97646A243 Spar, Left, Vert, Solar Panel Bracket Sterling Industry Spar, Right, Vert, Solar Panel Bracket Sterling Industry U-Bolt,3/8-16, 2-7/16 Id, Galv. Steel McMaster-Carr 8862T29 Washer, Flat,1/4, 18-8 SS McMaster-Carr 90107A029 Washer, Split, 3/8, 18-8 SS McMaster-Carr 92146A031 Weldment, Triangle, Solar Panel Bracket Sterling Industry Core Mount SS Davit Sleeve DBI/Sala Model #8510110 DBI/SALA 8510110 Core Mount SS Davit Sleeve DBI/Sala Cap Model #8510827 DBI/SALA 8510827 Ladder Tie D-Bolt Anchorage Connector Model 417SS MILLER 417SS Hilti Hit-Re 500 V3 With 3/4"" Has [304 316] 53/4"" Embedment HILTI HIT-RE 500 V3 Face Mount SS Davit Sleeve DBI/Sala Model #8518348 DBI/SALA 8518348 Stainless Mini Rotary Latch Right Hand EBERHARD 8-240 R Gate Hinge Assembly Self Closing D&D Technologies Amphenol 90� Connector Amphenol MS3108E-14S-6S 3/8""-16 Pem Nut-SS Installed in the Side of Enclosure PEM CLS-0616-X 1/4"" - 20 Pem Nut - SS Pressed In - From Bottom Face PEM CLS-0420-3 1/2"" - 20 Pem Nut - SS Pressed In - From Bottom Face PEM CLS-0813-2 (No CLS-0813-3 LISTED) Aluminum 1/4"" Thick Hinge McMaster-Carr 1609A2 Test Kit for Measuring Chloride, Sulfate and Nitrate Ions on Steel and Coated Surfaces CHLOR*RID International Inc. CHLOR*TEST CSN Salts Test Kit for Identifying Amine Blush on Epoxy Surfaces Elcometer Amine Blush Check Drawer Pull B02011 Drawer Slides B05051/B05052/B05053 Door Pull B02201 Four Pin Disk Tumbler Lock Illinois Lock Company DUO A Horn Federal Signal Corporation 1N742 4A969 Weatherproof Box Federal Signal Corporation 4A969 Anti-Seize Bostik Never Seez 1/8 To 1/2 Hp, Single-Phase, 60 Cycle, 120 VAC, Integral Gear Motor Sumitomo Chatsworth Universal Rack W/ Base Insulators Chatsworth 46053-515 10605-019 120VAC Rackmount Power Strip APC PDU-AP8632 Fiber Optic Inside Plant Patch Panel Corning CCH-02U/MMCCH LC Fiber Optic Inside Plant Patch Panel Corning SM-CCH LC Scada Switch Cisco Catalyst C9200L-24P-4X, PWR-C5-600WAC Scada Switch Wire Management Chatsworth 30530-719 Scada Patch Panel 24 Port Siemon HD6-24 Enterprise Switch Cisco Catalyst C9200L-48P-4X PWR-C5-1kWAC SCADA Patch Panel Siemon HD6-48 KVM Rack Mount Console Tripp Lite B021-00017 Server 6TB Salient BL06T3B, 16CV CCTV Switch Fortinet CDW part# 4105407 CCTV TVSS DITEK DTK-RM24NETS It System Ups APC SMART-UPS Model SURTA2200RWXL2U Ess System Ups APC SMART-UPS Model SURTA2200RWXL2U Single Mode Fiber Optic Patch Panel - Corning 24 Pair. Corning Solara #20033-2, 20033-9, 20033-10 Solara 20033-2, 20033-9, 20033-10 Digital Shaft Encoder Design Analysis Associates H-3341 Water Log Series Mounted Pump Cutoff Switches Jerguson Jerguson Model JDC1D Jerguson Model JDC2D Ultrasonic Level Sensors Drexelbrook USonic-R Series or equal. Lightning/Surge: General Line Noise Suppressing Isolation Transformers and Surge Suppressors. Topaz Series 30 Ultra Isolators or equal Lightning/Surge: Power Supply Line Noise Suppressing Isolation Transformers and Surge Suppressors. Edco HSP-121 or equal Lightning/Surge Protection: Analog Edco PC 642 or SRA 64 Lightning/Surge Protection: Analog Edco SS64 series or equal Lightning/Surge Protection: Analog Edco SLAC series or equal Norton Utilities Norton Norton Utilities (latest version) One (1) Dell Timbuk2 16"" Carry Case Dell Dell Timbuk2 16"" carry case Aircable Wireless Serial Connector Aircable ACC1202 CC1302 ATI's Mobility� Radeon� Hd3670 - 512Mb ATI HD3670 Dell Latitude E6410At6 Or Latest Version Dell E6410AT6 Microsoft Office (Latest Version) Microsoft Office Dell Wireless 370 Bluetooth Module (2-1 + EDR) Dell Wireless 370 Bluetooth module (2-1 + EDR) Rockwell Software's RSLogix5000 (Newest Version). Rockwell Software RSLogix5000 (newest version) Pro Soft Modbus Master/Slave Communications Interface Module for Control Logix Pro Soft MV156-MCM Allen-Bradley Stratix 5700 Allen-Bradley Stratix 5700 Allen-Bradley Pv1900 PanelView +7 Series B Developed to Run on Windows 10 IOT Core. Allen-Bradley PV1900 Allen-Bradley PanelView Plus Allen-Bradley PB1900 Hoffman Consolet Hoffman Capwap Software Pile Dynamics, Inc. Case Pile Wave Analysis Program software Testing Equipment Pile Dynamics, Inc. 8G or PAX or equal The O-Rings on a Quick Disconnect Chemours Viton Simplex Compact Fuel Port Simplex Simplex Compact Fuel Port Pump Bearings Thordon Shaft Couplings Aquamet Aquamet 22, Aqualoy 22, Nitronic 50 or approved equal Shafts Aquamet Aquamet 22, Aqualoy 22, Nitronic 50 or approved equal Shaft Bearing or Packing Box Sleeves Aquamet Aquamet 22, Aqualoy 22, Nitronic 50 or approved equal O-Rings O-Rings Buna-N or Viton or approved equal Epoxy Coating Chesterton Chesteron ARC Epoxy coating. Dynamic Analysis Model Program Ansys, Cosmos/M, or equivalent 625kW Tier 4, Diesel Generator Power Secure Tier 4 Total Current Estimated Cost $732,319.65 A number of contractors are sufficiently qualified to assemble the system, and a large number of suppliers sell the major components. However, the major components themselves are only manufactured by a single source. The government would incur substantial duplication of cost if non-standard major components from other manufacturers were allowed. These additional costs occur in several areas: a. Operator Training. Operators are currently trained to operate the Central Control System with its standardized major components. Substitution of non-standard major components into the Central Control System will substantially increase the training time necessary for the operator to become proficient. Operating a variety of diverse major components also decreases productivity and increases probability for error. b. Maintenance Technical Training. Maintenance technicians are currently trained to repair and maintain the standardized components of the Central Control System. Allowing non-standard major components to be installed in the system would result in substantial increases in the training required for each technician to be fully trained on each diverse make of a major component. Frequently, this training is conducted only at out-of-area facilities and would result in TDY and training costs. Non-standard equipment would also decrease the efficiency in which a major component is repaired, as technicians would have less experience on a particular make of major equipment than they do on the standardized major equipment. c. Spare Parts Stockage. Spare parts are currently stocked for the standardized major components of the Central Control System. These spare parts are a major investment for the government. Allowing non-standard major components to be installed would require an exponential increase in the number of spare parts required and thus an exponential increase in the space required and government investment in supplies. Space and money limitations would result in non-stockage of many items, which would dramatically increase part non-availability. This could be a critical problem during normal operations and a potential catastrophic problem during severe storm events. d. System testing and reliability. The Central Control System has been specifically designed to incorporate certain standardized major components. These components have been selected as a result of extensive industry research, have been exhaustively tested, and have been found to be reliable and dependable in many prior installations. Installation of non-standard major components would incur increased costs due to lack of testing of the component as part of the Central Control System. An individual non-standard component may perform well in another application, but it could interface poorly with the overall Central Control System due to interoperability problems. A non-standard component may also perform well on initial installation, but then fail due to the rigorous environmental conditions it is subjected to or due to poorer quality than the standard item. e. Increase down time due to no interchangeability of major components. Currently, individual components of major components may be interchanged between structures to keep critical structures operating. The use of non- standard parts will increase costs, as individual components of the major components will not be interchangeable. If a part is not in stock and has to be ordered, it could take several days for the control system to be repaired at an individual structure. During this time, additional costs will be incurred by the government, as an operator will have to be based on site or drive out to the site to operate the structure. f. Potential property destruction and civilian deaths due to non-availability and non-interchangeability of the system during storm events. SFWMD depends on the Central Control System to operate a large number of structures remotely in the event of a severe storm event (hurricane, tropical storm, etc.). Problems with the above five items will increase system down time and system repair time, which will increase the time that individual structures cannot be operated remotely. During normal conditions, structures may be operated locally by a SFWMD employee who will drive to the structure and use local operating controls. However, in the event of a severe storm, travel conditions are frequently extremely hazardous or impossible due to impassible roads, extremely high winds, and flooding. The inability to operate an individual structure, either remotely or locally, could easily cause flooding in the area controlled by the structure, which will likely cause property damage and potential deaths. The magnitude of the construction project is between $25,000,000 and $100,000,000. The work is in Palm Beach County, Florida. A firm fixed contract is being contemplated for this project. The funding for this project is Civil Works. A date of solicitation has not yet been determined; however, a project focused sources sought is contemplated to be issued in the near future, and that time a solicitation release date or range should be known. Response Instructions to this Sources Sought Notice: The government is seeking equivalent systems. To be considered as an equivalent system, the offer must provide a list of components and describe how the equivalent product is the same, discuss advantages/disadvantages of the system, and show how this alternative product will satisfy paragraphs (a) through (f) of the product description using support information and product literature. Especially addressing how the proposed equivalent products meets the interoperability and reliability requirements discussed above in paragraphs (a) through (f). Any submission of an equivalent product will be technically evaluated to determine if this item will satisfy the Government�s need. The results will not be shared but will be reflected in the final project specifications. If there are no other equivalent models to the SCADA system discussed in (1) above: Please let us know there are no equivalents available in the market, and discuss how relaxing some of the requirements, if any, could allow for an equivalent type product and identify that product. Industry is asked to submit their responses as follows: Firm�s response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, website, and email address. 2. Firm�s interest in submitting a proposal on the solicitation when advertised. Let us know if you would prefer a 1. A salient description of the SCADA system in the specifications; essentially SCADA or equal, or 2. SCADA brand name 3. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 4. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information, if applicable � existing and potential. 5. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 6. Firm�s responses to the following technical questions: All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy and project specifications. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Synopsis by no later than April 28, 2025 at 2:00PM, EST. All responses under this Sources Sought shall be sent to Chad Manson via email at chad.d.manson@usace.army.mil and Anelis Nazario Castillo via email anelis.i.nazario-castillo@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c4b9d15ca69495c849e570f8a436c73/view)
 
Place of Performance
Address: FL 33493, USA
Zip Code: 33493
Country: USA
 
Record
SN07397506-F 20250405/250403230052 (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.