Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2025 SAM #8628
SOURCES SOUGHT

99 -- Market Research AFO PLC Project upgrade

Notice Date
7/9/2025 12:44:59 PM
 
Notice Type
Sources Sought
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0056
 
Response Due
7/24/2025 11:00:00 AM
 
Archive Date
08/08/2025
 
Point of Contact
Denisse M. Soto, Phone: 9177908177, Mohenda R. Surage, Phone: 9179408013
 
E-Mail Address
denisse.m.soto@usace.army.mil, mohenda.r.surage@usace.army.mil
(denisse.m.soto@usace.army.mil, mohenda.r.surage@usace.army.mil)
 
Description
The New York District plans to solicit and award a construction project for Programmable Logic Controller Upgrades (PLC) at Troy Lock and Dam, Troy, New York 1. This notification serves three (3) purposes: a. To notify potential bidders of the Government�s intent to solicit brand name only components for this project. b. To identify potential sources that can provide an equivalent to the brand name only items c. Notification of the Army�s intent to solicit brand name components as described below. 2. The items described below, under summary of requirements, are embedded in the construction project. The contract will be issued as a competitive solicitation. Only the components described below will be sole source, if no other sources are identified that can provide an equivalent system. In the event no equivalent sources are found, the brand name only justification will be issued pursuant to FAR Part 6.302-1, Only One Responsible Source. A subsequent market survey will not be published in support of a Justification and Approval for sole sourcing. Supplies of the brand name component will be provided directly to the Contractor(s) and not to the Government. 3. Summary of Requirements: a. Rockwell Automation � Control Logix series Programmable Logic Controllers and IO The United States Army Corps of Engineers (USACE), NAN District, has a requirement to update the Programmable Logic Controller (PLC) System responsible for controlling gates, hydraulics, water levels, and other components. The system must provide essential safety interlocks for lock operations and troubleshooting features, including communication network redundancies. To upgrade the existing lock PLC system, the integrator will need to re-write the ladder logic program, re-write the HMI screens, provide additional PLC programming for new features, and update the hardware, firmware and software. The control network will be changed to use ethernet/IP for control network communication. The integrator will adapt the PLC programming for the new machinery being provided. The integrator will need to expand the programming to incorporate new programming features to improve system maintenance and troubleshooting. The integrator will need to be available for troubleshooting calls 24/7, 365 days with an in-person response time of less than 120 minutes. Compatible with Zero trust architecture Secure communication is a future pillar of our zero-trust architecture and will be important to protecting remote navigation. CIP Security is the only open protocol found that meets those criteria. It�s an open protocol. But in market research by UCIC, the only vendor currently fully supporting it is Rockwell. The PLC system is to follow ISA/IEC 62443. The ISA/IEC 62443 series of standards define requirements and processes for implementing and maintaining electronically secure industrial automation and control systems (IACS). These standards set best practices for security and provide a way to assess the level of security performance. Their approach to the cybersecurity challenge is a holistic one, bridging the gap between operations and information technology as well as between process safety and cybersecurity. The Control Logix 5580 processor and all accessory hardware are commercially available items. This update is crucial to ensure the reliability, safety, and efficiency of the PLC system within the NAN District. -The manufacturer has industry experience (NAICS Code 335314 - Relay and Industrial Control Manufacturing) providing controller hardware with 15 years or more life expectancy. 4. The magnitude of this brand name component in terms of estimated price range is between $200,000 and $500,000. 5. Any vendor that wishes to provide an alternate source to the brand name above that is compatible with the above must provide a response with data supporting the claim within 15 business days of this announcement to New York District Corps of Engineers, Contracting Division. 6. This is a market survey and notification of intent only. This is not a request to respond to a solicitation. This requirement will be solicited at a future date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03ba7d5c2ab04ee1967d1f0ff2eec2a2/view)
 
Place of Performance
Address: Troy, NY, USA
Country: USA
 
Record
SN07504168-F 20250711/250709230056 (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.