Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOURCES SOUGHT

70 -- Intent to Sole Source - Integrated Control Management System (ICMS) on Dredge Essayons

Notice Date
8/13/2020 3:35:11 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Portland Portland OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N20R0017
 
Response Due
8/28/2020 10:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Brandon Lasich, Phone: 5038084637, Mitchell J. Johnson
 
E-Mail Address
brandon.m.lasich@usace.army.mil, mitchell.j.johnson@usace.army.mil
(brandon.m.lasich@usace.army.mil, mitchell.j.johnson@usace.army.mil)
 
Description
THIS IS A SPECIAL NOTICE PREPARED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) SUBPART 5.2 �SYNOPSES OF PROPOSED CONTRACT ACTIONS�� NAICS: 541511 Estimated Period of Performance: �Oct 2020-Feb 2021� Response Deadline: �8/28/2020 The U.S. Army Corps of Engineers (USACE), Portland District (NWP) intends to negotiate/award a sole-source contract with Ockerman Automation Consulting, Inc. (OAC), to develop and install a new Integrated Control management system (ICMS) on Dredge Essayons. Dredge Essayons home port is in Portland, Oregon.� Services include providing all personnel, equipment, tools, materials, supervision, and other items necessary to develop and install a new Integrated Control management system (ICMS) on Dredge Essayons.� REASON FOR SOLE SOURCE ACQUISITION:� The statutory authority for this non-competitive acquisition is 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1 and DFARS 206.302-1, Only One Responsible Source and No Other Services Will Satisfy requirements.� The Dredge Essayons existing ICMS system is currently running on a Windows7 platform with Siemens IMAC55\Wonderware software. Contractor must have the ability and resources to decode the existing PLC application, create the new variables for the Integrated Control Monitoring System (ICMS), create new Programable Logic Control (PLC) code, and test it as part of the migration of the Human Machine Interface (HMI) application to the new SCADA system. The SCADA system consists of roughly 16,500 tags in 84 alarm groups, 6,800 discrete points (Boolean), 6,250 points are integers, 1,700 points are real floating points and 1,800 points are internal memory calculations. New system shall have the ability to communicate data both through Profinet and Fiber optics with the ships existing proprietary sub-systems (reference submission requirements item g). Responsible interested parties shall have a facility and resources to demonstrate a full factory acceptance test to obtain regulatory body certifications prior to installation. � The Government intends to advertise a solicitation for this project on or around 9/14/2020. �At this time, a solicitation does not exist. �All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. *NO PHONE INQUIRIES, PLEASE.� CAPABILITY STATEMENT SUBMISSION REQUIREMENTS� (PLEASE REVIEW ALL BELOW)� 1.�� �Point of Contact name, email address and phone number, CAGE code and DUNS number (if available); 2.�� �In the event that the organization is a small business, please state the category of small business, such as 8(a), HUBZone, SDVOSB/VOSB, Women-Owned Small Business; 3.�� �The Government will evaluate the capabilities of an interested party based on their submission of the following information: � a)�� �Experience reprogramming a vessel ICMS system with roughly 33,050 data points. � b)�� �The ability to complete the upgrade/reprogramming within 6 months of award. c)�� �A description of the digital and physical tools to be used in the upgrade reprogramming. d)�� �A summary of how the interested party evaluates and designs the upgrade framework. e)�� �The performance and maintainability of previous vessel technology system upgrades performed by the interested party. f)�� �Past performance of factory acceptance testing to obtain Regulatory body certifications. (ABS/USCG)� g)�� �Experience integrating proposed system with the vessel�s existing Siemens, Woodward, IHC, HRP, Wonderware Historian, OAC power management and Caterpillar systems. Send responses, labeled as �W9127N20R0017 - Essayons ICMS Upgrade,� to the following: Brandon.M.Lasich@usace.army.mil Mitchell.J.Johnson@usace.army.mil�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01eb01269fd841ecadff95ac09a2d605/view)
 
Place of Performance
Address: Portland, OR 97210, USA
Zip Code: 97210
Country: USA
 
Record
SN05757633-F 20200815/200813230205 (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.