SOURCES SOUGHT
17 -- Request for Information for Design and Installation of a Scalable, Process Control and Automation System for Unstaffed Remote Sites - Attachment 1 RFI Evaluations Worksheet
- Notice Date
- 3/29/2018
- Notice Type
- Sources Sought
- NAICS
- 541420
— Industrial Design Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- 70Z04418RFI000014
- Archive Date
- 5/15/2018
- Point of Contact
- Katherine Marie Kearney, Phone: 7572952280
- E-Mail Address
-
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Worksheet for completion. Required as part of the RFI response Request for Information for Design and Installation of a Scalable, Process Control and Automation System for Unstaffed Remote Sites 70Z04418RFI000014 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or a Request for Quotations (RFQ), and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirements: The Department of Homeland Security, U.S. Coast Guard, Command, Control, and Communications Engineering Center (USCG C3CEN) requests information on the design and installation of a scalable process control and automation system. This system will include suitable Programmable Logic Controllers (PLCs), Human-Machine Interfaces (HMIs), and Site Battery Charging systems for 23, remote, unstaffed communication sites with off-grid hybrid power systems throughout Juneau, Valdez, Homer, Anchorage, and Kodiak Alaska. This effort will include the replacement of end-of-life Supervisor Control and Data Acquisition (SCADA) system with a new SCADA system that can monitor and control up to 40 various unstaffed sites. The final product shall include all unstaffed remote sites operating autonomously and be remotely monitored and controlled at a central location using a unified SCADA system. The system solution shall provide or include the following primary functions: - Remote Site PLC System for Process Control and Automation System o Power Plant Monitoring and Control o Communication Room Monitoring and Control o Generator Room Monitoring & Control o Fuel System Monitoring o Remote site HMI o Remote site data storage (up to one year) o Continued Operation in varying environments - Remote Site Equipment Replacements o Battery Charging Solution o Sensors & Devices Solution o Fire Alarm & Intrusion Detection Solution - Central Site SCADA solution o HMI o Centralized Data o PLC compatibility o Remote Terminal Unit (RTU) compatibility o Information assurance o Operating system INSTALLATION REQUIREMENTS a. The remote sites involved in this effort represent mission-critical communications infrastructure for the U.S. Coast Guard's lifesaving mission in Alaska. Describe your ability to minimize remote site down time and subsequent loss of lifesaving communications capabilities during installation, configuration, and testing of proposed system. b. Alaska's northern latitude and remote mountain-top locations allow for an extremely short construction season. Describe your ability to work within compressed time schedule. LOGISTICS a. Describe your ability to perform removal of end-of-life legacy system and its components prior to installation of the new system components at 40 sites that vary in location; from remote mountain tops, requiring helicopter transportation, to sites accessible by the road system. b. There will be pre-installation system testing and staging of materials and a system operational verification tests after project completion. Describe your ability to securely warehouse government furnished materials in a manner most beneficial to project execution. c. The remote mountain-top locations require unique personnel and material handling requirements including the need for helicopter, barge or landing craft transportation. Describe your ability to provide this type of logistics support. d. The remote mountain-top locations, compressed schedule, and need for helicopter services for transportation will require unique personnel lodging considerations to be addressed. There will be the need for personnel to safely remain overnight at the sites during the installation phase of the project. Describe your ability to manage the challenges of personnel remaining at the project site overnight. e. The reliability of remote site equipment is paramount due to the high logistics cost of having to use helicopter services to make on-site repairs. Therefore, the Coast Guard requests information on the OEM's product lifecycle support including the following: (1) description of how the company would maintain and sustain the product throughout a 10-year lifecycle (parts, components, firmware support, software support, compliance with information assurance standardRequest for Information for Design and Installation of a Scalable, Process Control and Automation System for Unstaffed Remote Sites 70Z04418RFI000014 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or a Request for Quotations (RFQ), and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirements: The Department of Homeland Security, U.S. Coast Guard, Command, Control, and Communications Engineering Center (USCG C3CEN) requests information on the design and installation of a scalable process control and automation system. This system will include suitable Programmable Logic Controllers (PLCs), Human-Machine Interfaces (HMIs), and Site Battery Charging systems for 23, remote, unstaffed communication sites with off-grid hybrid power systems throughout Juneau, Valdez, Homer, Anchorage, and Kodiak Alaska. This effort will include the replacement of end-of-life Supervisor Control and Data Acquisition (SCADA) system with a new SCADA system that can monitor and control up to 40 various unstaffed sites. The final product shall include all unstaffed remote sites operating autonomously and be remotely monitored and controlled at a central location using a unified SCADA system. The system solution shall provide or include the following primary functions: - Remote Site PLC System for Process Control and Automation System o Power Plant Monitoring and Control o Communication Room Monitoring and Control o Generator Room Monitoring & Control o Fuel System Monitoring o Remote site HMI o Remote site data storage (up to one year) o Continued Operation in varying environments - Remote Site Equipment Replacements o Battery Charging Solution o Sensors & Devices Solution o Fire Alarm & Intrusion Detection Solution - Central Site SCADA solution o HMI o Centralized Data o PLC compatibility o Remote Terminal Unit (RTU) compatibility o Information assurance o Operating system INSTALLATION REQUIREMENTS a. The remote sites involved in this effort represent mission-critical communications infrastructure for the U.S. Coast Guard's lifesaving mission in Alaska. Describe your ability to minimize remote site down time and subsequent loss of lifesaving communications capabilities during installation, configuration, and testing of proposed system. b. Alaska's northern latitude and remote mountain-top locations allow for an extremely short construction season. Describe your ability to work within compressed time schedule. LOGISTICS a. Describe your ability to perform removal of end-of-life legacy system and its components prior to installation of the new system components at 40 sites that vary in location; from remote mountain tops, requiring helicopter transportation, to sites accessible by the road system. b. There will be pre-installation system testing and staging of materials and a system operational verification tests after project completion. Describe your ability to securely warehouse government furnished materials in a manner most beneficial to project execution. c. The remote mountain-top locations require unique personnel and material handling requirements including the need for helicopter, barge or landing craft transportation. Describe your ability to provide this type of logistics support. d. The remote mountain-top locations, compressed schedule, and need for helicopter services for transportation will require unique personnel lodging considerations to be addressed. There will be the need for personnel to safely remain overnight at the sites during the installation phase of the project. Describe your ability to manage the challenges of personnel remaining at the project site overnight. e. The reliability of remote site equipment is paramount due to the high logistics cost of having to use helicopter services to make on-site repairs. Therefore, the Coast Guard requests information on the OEM's product lifecycle support including the following: (1) description of how the company would maintain and sustain the product throughout a 10-year lifecycle (parts, components, firmware support, software support, compliance with information assurance standards, factory and/or depot support, and technical training) and (2) product reliability (i.e. Mean Time Between Failure [MTBF]) and maintainability (i.e. Mean Time To Repair [MTTR]). CAPABILITIES BRIEF a. If your company is interested in this RFI, please provide a capabilities brief including: company name, address, phone, Point of Contact (POC), email, and phone, DUNS #, NAICS code, size of business, and any other pertinent information. b. The NAICS Code for this solicitation is 541420 - Industrial Design Services. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/ c. Respondents are requested to fill out Attachment 1 and include with as part of the Response to this Request for Information. ADDITIONAL SUBMISSION OF INFORMATION Interested parties are encouraged to submit a response which supports the company's claim that it presently has the products that provide the technology, performance, functionality and form fit required to satisfy the requirements or submit a response which identifies areas in the system requirements that are technologically unachievable. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Positive statement of your interest in this procurement. 2. Description of the product(s) that will fulfill this requirement. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities.) 3. Do you offer a commercial product that meets the requirement as stated? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) 4. Do you offer quantity or other discounts to your customers? 5. Provide information for any additional charges for special packing and packaging and marking. 6. Does your solution include products that are available commercially off the shelf? 7. Are the items/services available on a commercial price list? If so, please provide the applicable price list(s). 8. What is your average delivery lead time for this type of product? 9. Do you provide operation and maintenance manuals? 10. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. 11. Existing technical documentation and brochures are welcome as attachments, as well as product catalogs and price lists. 12. Has your company had past experiences with similar projects? If yes, explain 13. Provide information on similar prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data). 14. What is your commercial practice for Technical Support? 15. Describe how your company could meet the installation requirements. 16. What are your warranty terms for equipment and installation services provided, if any? Can you offer an innovative warranty approach that would cover the lag time from delivery to actual installation of the components? Please include your standard warranty practices and any options available Comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney at Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. Responses must be no longer, than fifteen pages in length. Technical documentation and brochures, if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on April 30, 2018 to the Contract Specialist, Katherine.M.Kearney@uscg.mil, factory and/or depot support, and technical training) and (2) product reliability (i.e. Mean Time Between Failure [MTBF]) and maintainability (i.e. Mean Time To Repair [MTTR]). CAPABILITIES BRIEF a. If your company is interested in this RFI, please provide a capabilities brief including: company name, address, phone, Point of Contact (POC), email, and phone, DUNS #, NAICS code, size of business, and any other pertinent information. b. The NAICS Code for this solicitation is 541420 - Industrial Design Services. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. ADDITIONAL SUBMISSION OF INFORMATION Interested parties are encouraged to submit a response which supports the company's claim that it presently has the products that provide the technology, performance, functionality and form fit required to satisfy the requirements or submit a response which identifies areas in the system requirements that are technologically unachievable. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Positive statement of your interest in this procurement. 2. Description of the product(s) that will fulfill this requirement. What type of products do you offer that might fill this requirement? (Describe system capabilities & performance, environmental specifications, physical dimensions, power requirements, and remote communications capabilities.) 3. Do you offer a commercial product that meets the requirement as stated? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) 4. Do you offer quantity or other discounts to your customers? 5. Provide information for any additional charges for special packing and packaging and marking. 6. Does your solution include products that are available commercially off the shelf? 7. Are the items/services available on a commercial price list? If so, please provide the applicable price list(s). 8. What is your average delivery lead time for this type of product? 9. Do you provide operation and maintenance manuals? 10. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item. 11. Existing technical documentation and brochures are welcome as attachments, as well as product catalogs and price lists. 12. Has your company had past experiences with similar projects? If yes, explain 13. Provide information on similar prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data). 14. What is your commercial practice for Technical Support? 15. Describe how your company could meet the installation requirements. 16. What are your warranty terms for equipment and installation services provided, if any? Can you offer an innovative warranty approach that would cover the lag time from delivery to actual installation of the components? Please include your standard warranty practices and any options available Comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney at Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications. Responses must be no longer, than fifteen pages in length. Technical documentation and brochures, if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on April 30, 2018 to the Contract Specialist, Katherine.M.Kearney@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f9da0998665c85b340b81423bd9992e3)
- Place of Performance
- Address: Alaska, United States
- Record
- SN04872126-W 20180331/180329231801-f9da0998665c85b340b81423bd9992e3 (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 |