SCADA Services at JHK & PHL Power Plants
Process Number W912PM22Q0009
Dates:
W912PM22Q0009
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:US ARMY ENGINEER DISTRICT WILMINGTO
Office:US ARMY ENGINEER DISTRICT WILMINGTO
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:(utc-05:00) eastern standard time, new york, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 23, 2021 04:00 pm est
Inactive Policy:15 days after response date
Original Inactive Date:jan 07, 2022
Initiative:- None***--***
Classification:
dc01 - it and telecom it and telecom
NAICS Code:541513 - computer facilities management services
Description:
The U.S. Army Corps of Engineers, Wilmington District, intends to award a sole source contract to HSQ Technology, 26227 Research Rd., Hayward, CA 94545, to provide operation and maintenance support to the HSQ Technologies MISER real time distributed data acquisition and control system running on the HP OpenVMS operating system currently installed and operating as the Wilmington District Hydropower SAW Supervisory Control and Data Acquisition (SCADA) system. This system is operating at the John H. Kerr power plant in Boydton, VA, at the Philpott power plant located in Bassett, VA, and at the Island Creek pumping station in Clarksville, VA. This contract will be one (1) base year with four (4) one-year options. This action will result in a firm fixed price contract. This Notice of Intent to award a sole source contract is not a request for competitive proposals. There is no solicitation document. No RFP will be available for competitive proposals. Phone calls will not be accepted. The North American Industry Classification System (NAICS) code is 541513 – Computer Facilities Management Services. This acquisition will be processed in accordance with the acquisition of commercial items prescribed in FAR Part 12 in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR part 13, Simplified Acquisition Procedures. The small business size standard is $30,000,000.00. The statutory authority permitting other than full and open competition is 41 U.S.C.253(c)(1) (or 10 USC 2304(c) (1)) as implemented by the Federal Acquisition Regulation (FAR) Subpart 13.106-1(b). Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, the contracting officer may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. HSQ Technology shall provide ongoing and operational technical support as necessary to maintain the integrity, reliability and availability of the MISER SCADA system currently operating at the sites listed in this SOW. Support shall include but not be limited to providing technical assistance to the powerhouse staff for the configuration, maintenance, and operation of the system, software, and hardware – including connected communications devices and equipment, and any other software installed to support the SAW Hydropower mission including third party software. Contractor shall provide all necessary programming and configuration support to include but not limited to patches, updates, etc. to the covered systems and hardware in order to maintain SAW Hydropower’s mission efficiency, reliability, and availability. Support does not include repairs of hardware, replacement hardware, the providing of additional hardware or software needed by SAW Hydropower to provide additional functionality to the system, or onsite work by HSQ personnel except as provided for in section 2.7. During the base year contract, the Contractor shall upgrade the communication of the HSQ SCADA system to allow TCP/IP communications between all three locations. The upgrade shall be completed in 60 days of award of the base year contract. This shall include hardware, travel, per diem, off site programming and onsite programming labor. This does not include routers and router configuration changes. The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) No. 2021-07 effective August 11, 2021. The periods of performance are February 1, 2022 – January 31, 2023, February 1, 2023 – January 31, 2024, February 1, 2024 – January 31, 2025, February 1, 2025 – January 31, 2026, February 1, 2026 – January 31, 2027. The point of contact for this action is Contracting Specialist, Terri Adams, who can be reached at terri.m.adams@usace.army.mil and Contracting Officer, Alicia Evans, who can be reached at alicia.g.evans@usace.army.mil. Interested parties may express their interest and provide a capabilities statement NLT 23 December 2021 at 4:00 PM EST. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
WILMINGTON , NC 28403-1343
USA
Primary Point of Contacts:Terri Adams
Secondary Point of Contact:Alicia Evans