SOURCES SOUGHT
N -- Chama SCADA ReplacementSan Juan-Chama Project, Colorado -New Mexico
- Notice Date
- 10/4/2018
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Bureau of Reclamation Upper Colorado Region Regional Office 125 South State Street, Room 8100 Salt Lake City UT 84138 US
- ZIP Code
- 00000
- Solicitation Number
- 140R4019R0001
- Response Due
- 10/19/2018
- Archive Date
- 11/3/2018
- Point of Contact
- Shannon Mortensen
- Small Business Set-Aside
- N/A
- Description
- Chama SCADA Replacement San Juan-Chama Project, Colorado -New Mexico The Bureau of Reclamation, Chama Field Division (CFD) is seeking information from the industry to have the existing Supervisory Control and Data Acquisition (SCADA) System replaced. The Chama Field Division is located at 193 North Pinon Drive, Chama NM 87520-0426. The work will take place with a 40-mile radius of the CFD in Rio Arriba County and by the city of Pagosa Springs CO in Archuleta County. There are 6 different site that the SCADA System equipment will be located at. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. PRINCIPAL COMPONENTS OF WORK A.These are minimum mandatory requirements for the SCADA and communication systems, and associated hardware, software and support services. B.Make system fully operational and be responsible for satisfactory operation of the system until successful completion of the system availability test. C.Provide a new SCADA System to replace the existing SCADA System for the San Juan- Chama Project. This system shall provide control and monitoring capabilities to support the following sites and appurtenant structures and equipment: 1.Chama Field Office ¿ master station location. 2.Heron Dam. 3.El Vado Dam. 4.Blanco Diversion Dam. 5.Oso Diversion Dam. 6.Little Oso Diversion Dam. D.Provided system, including modifications and interfaces with existing components, shall not reduce operability from the existing system or components. E.Provide improved system performance with ease of operation, maintenance, modification and expansion capabilities, and extremely high overall system reliability. F.The system shall provide seamless integration of continuous, batch and safety protection control, including common software tools. G.The Contractor shall provide all necessary service and maintenance for Contractor furnished equipment commencing with the start of the initial installation and ending with final acceptance. All hardware and software failures in Contractor furnished equipment shall be the respon ¬sibility of the Contractor's personnel to diagnose and repair. H.Work includes at a minimum: 1.Field investigation. 2.System design and analysis. 3.Demolition and equipment removal. 4.Installation. 5.Furnish equipment and components. 6.Panel and enclosure replacement or modifications. 7.System programing. 8.Testing and Commissioning. 9.Training. All Interested firms shall submit a response demonstrating their capabilities to install a new turnkey SCADA System. Firms responding shall indicate their socioeconomic status ( e.g small business, service disabled veteran, woman/woman owned, HUBZone, etc.) and bonding capability. INSTRUCTION FOR RFI SUBMISSIONS: E-mail responses to this request for information are preferred. The due date and time for the responses to this Sources Sought is at 4:00 Mountain Daylight Time on October 19th, 2018. Please email your responses to Shannon Mortensen smortensen@usbr.gov. Electronic files should be in Microsoft Word or PDF format. All information should be UNCLASSIFED material only. Respondent should include as part of their submission: a. A synopsis of the company ¿s capabilities to provide a new SCADA System. b. DUNS Number c. Company Name d. Company Address e. Business size, SDVOSB, HUBZone, or Woman Owned status, as validated in the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov. f. Level of Bonding g. Company point of Contact, phone and email address. Any company proprietary information must be marked as such, the RFQ information should not exceed a total of 10 one-sided 8 ½ X 11 pages, with one-inch margins, and no font smaller than 12 points. Point of Contact Information: Shannon Mortensen, smortensen@usbr.gov, 719-589-1802. Additional Info: Contracting Office Address: Bureau of Reclamation Upper Colorado Region 10900 Hwy 160 E Alamosa CO 81101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f9e6f26359179bb316054949a5d6ce4)
- Record
- SN05115799-W 20181006/181004230833-0f9e6f26359179bb316054949a5d6ce4 (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 |