SPECIAL NOTICE
59 -- Notice of Intent to Award Limited Source
- Notice Date
- 4/18/2018
- Notice Type
- Special Notice
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW18Q0031
- Archive Date
- 5/17/2018
- Point of Contact
- Kim B Ellerman, Phone: 2063163987
- E-Mail Address
-
kim.b.ellerman@usace.army.mil
(kim.b.ellerman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- LIMITED SOURCE ANNOUNCEMENT 1. Introduction The USACE Seattle District intends to award a sole source contract to the Opto 22. 2. Description of Services The purpose of the contract is to purchase Programmable Logic Controller (PLC) components to install control systems for the "Main Unit Bearing Temperature Measurement System", "Main Unit Cooling Water Flow Measurement System", and the "Powerhouse Drainage and Unwatering Pump Controls Upgrades" projects. The North American Industry Classification System (NAICS) code is 334418 with size standard of 750. 3. Authority Soliciting from a Single Source FAR13.106-1(b)(2) for purchases exceeding the simplified acquisition threshold pursuant to the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996) 4. Reasons for Sole Source Pursuant to FAR 13.501(a) "Sole source (including brand name) acquisitions". (1) Background: The existing Opto 22 platform was selected as a best value for the government to establish a test bench for future control system project development due to its user friendly programming interface, system reliability, and significantly lower cost verses other comparable PLC platforms such as Siemens or Allen-Bradley. This decision aligns with the Hydro Design Center (HDC) in Portland decision to utilize the Opto 22 platform for future Generic Data Acquisition System (GDACS) upgrades. The test bench has already been utilized to start standardizing critical control systems within plant. Since the purchase and installation of this test bench we have developed new control systems for the tailwater level indication, forebay level indication system, sluice gate control system, and the spillway gate control system. The HDC GDACS team has also implemented Opto 22 as part of our new Remedial Action Scheme (RAS) and plans to upgrade station Input/Output modules to the Opto 22 platform soon. Additional costs to the government would be realized if the Opto 22 platform is not utilized. As PLC systems are proprietary, components from a different vendor would not be compatible with the existing test bench. As such, an entirely new test bench would need to be designed, procured, and built in order to properly test new control systems prior to bringing them online. This would cause project schedules to slip and add significant labor and material costs to develop both the new test bench and the on-site knowledge and familiarity of a new system to efficiently develop new control systems. Unlike some other PLC manufacturers, components can be directly purchased from the manufacturer, eliminating third party markups. The best value to the Government is to purchase the additional necessary PLC components from Opto 22 to capitalize on the existing Government owned Opto 22 equipment, to ensure efficiency/compatibility with the existing Opto 22 based test bench at Libby Dam, and to ensure efficiencies with respect to design and programming functions, equipment servicing, repairs, and maintenance given the already established relationship with Opto 22 for the service and technical knowledge and familiarity of the system by our design team. 5. No solicitation package will be issued. This Notice of Intent is not a request for competitive quotations; however, interested persons may identify their interest and capability to respond to this requirement. The Government will consider responses received by 12:00 PM Pacific Time on 2 May 2018. Inquiries will only be accepted via email to kim.b.ellerman@usace.army.mil. No telephone requests will be honored. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18Q0031/listing.html)
- Record
- SN04893993-W 20180420/180418231003-4179bfbdf19c614fa1e9a1d61426cf39 (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 |