Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOLICITATION NOTICE

J -- Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii

Notice Date
4/18/2025 1:28:43 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247825R2426
 
Response Due
6/16/2025 7:00:00 AM
 
Archive Date
07/01/2025
 
Point of Contact
Robert Wong, Phone: 8084711592
 
E-Mail Address
robert.l.wong13.civ@us.navy.mil
(robert.l.wong13.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The contract will provide potable water SCADA systems maintenance and repair services at various locations, Oahu, Hawaii. Services consist of technical assistance support for on-site maintenance of SCADA central and remote monitoring equipment and software. On-site maintenance support includes guidance in calibration, cleaning, inspection, testing, and software updates and modifications. Technical assist and services includes assistance to Government personnel during maintenance and operational testing of the potable water SCADA systems. The potable water SCADA system monitors and controls the Pearl Harbor, Navy Public Works Center, Utilities Department�s potable water utility systems. The Contractor shall provide support to perform maintenance, upgrade, repair, alteration, decommission/disposal, and technical assistance for the following: Rugid SCADA Central and Remote Monitoring Equipment and Software Systems � Potable Water (Including backflow prevention devices) Recurring work: The Contractor shall provide support to maintain, repair, and alter the SCADA system to ensure they are fully functional and in normal working condition. Includes on-site hardware and software maintenance and related services; provide technical assist; and create new or modify existing program software code, modify and update system software to ensure that SCADA system remains in a fully operable and safe condition while minimizing the occurrence of breakdowns or service interruptions, and maximizing the useful life of the system. Non-recurring work: Non-recurring work may be ordered utilizing DoD FedMall or on a task order in accordance with the DFARS 252.216-7006 ORDERING. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order. All parts, material, and equipment shall be supplied from the original equipment manufacturer (OEM) or its authorized sources. Certification, Training, and Licensing: All personnel assigned SCADA Administration and Management support shall be trained and certified in the usage and operation of proprietary software. All personnel shall also be able and authorized to provide source code modification to the proprietary program as deemed necessary by the Government. Relevant knowledge in other operating systems include but are not limited to Miser, OpenVMS, and all SCADA associated networking components. The Contractor and its employees performing the work shall be a RUGID Factory Certified Field Representative and shall have at least five years of verifiable previous experience maintaining RUGID SCADA system hardware and software. The NAICS Code for this procurement is 811210 and the annual size standard is $34,000,000. The contract term will be a 12-month base plus four 12-month option periods and one six-month option to extend services. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised. Non-recurring work will be issued via FedMall, a web-based ordering system, using Government purchase cards. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. This contract will replace a contract for similar services awarded in 2020 for $52,186.00 (recurring work portion for the 12-month base period) and $238,500.00 (non-recurring work maximum value for the 12-month base period). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Based on market research, including a sources sought notice issued in February 2025, there is a reasonable expectation that offers would be obtained from at least two responsible small business concerns. Five firms responded and at least three provided the requested information and appear capable of providing the required services. Based on the results, the solicitation will be issued as a small business set-aside. NAVFAC Hawaii�s Office of Small Business Programs concurs with the set-aside determination. Offerors can view and/or download the solicitation, and any attachments, at https://www.sam.gov when it becomes available. Proposals shall be submitted using the Procurement Integrated Enterprise Environment (PIEE) Solicitation Application. See below ""New Vendor Organization - Getting Started Help - PIEE"" link. All interested Offerors shall register in PIEE. No notice of solicitation activity will be provided to interested Offerors. The solicitation will utilize source selection procedures which require Offerors to submit a non-price proposal (Corporate Experience, Rugid Factory Field Representative Certification, Safety, and Past Performance), and a price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/83d6ff0d3dfc42e9af37692b99c5936a/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07414051-F 20250420/250418230043 (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.