This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential Offerors for market research purposes and determining whether to set-aside the requirement for small businesses.
1. Scope of Work: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Facility Investment services for POTABLE WATER SCADA SYSTEMS MAINTENANCE at various locations, Oahu, Hawaii. Services consist of technical assistance support for on-site maintenance of SCADA central and remote monitoring equipment and software. On-site maintenance support includes guidance in calibration, cleaning, inspection, testing, and software updates and modifications. Technical assist and services includes assistance to Government personnel during maintenance and operational testing of the POTABLE WATER SCADA systems. The POTABLE WATER SCADA system monitors and controls the Pearl Harbor, Navy Public Works Center, Utilities Department’s potable water utility systems. The Contractor shall provide support to perform maintenance, upgrade, repair, alteration, decommission/disposal, and technical assistance for the following:
RUGID SCADA Central and Remote Monitoring Equipment and Software Systems
• Potable Water (Including backflow prevention devices)
The contract term will be a base period of one year, four option periods of one year and one option period of six months. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised.
Procurement Method: Contracting by Negotiation.
Recurring work: The Contractor shall provide support to maintain, repair, and alter the SCADA system to ensure they are fully functional and in normal working condition. Includes on-site hardware and software maintenance and related services; provide technical assist; and create new or modify existing program software code, modify and update system software to ensure that SCADA system remains in a fully operable and safe condition while minimizing the occurrence of breakdowns or service interruptions, and maximizing the useful life of the system.
Non-recurring work: Non-recurring work may be ordered utilizing DoD FedMall or on a task order in accordance with the DFARS 252.216-7006 ORDERING. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order. All parts, material, and equipment shall be supplied from the original equipment manufacturer (OEM) or its authorized sources.
2. Certification, Training, and Licencing: All personnel assigned SCADA Administration and Management support shall be trained and certified in the usage and operation of proprietary software. All personnel shall also be able and authorized to provide source code modification to the proprietary program as deemed necessary by the Government. Relevant knowledge in other operating systems include but are not limited to Miser, OpenVMS, and all SCADA associated networking components.
The Contractor and its employees performing the work shall be a RUGID Factory Certified Field Representative and shall have at least five years of verifiable previous experience maintaining RUGID SCADA system hardware and software.
Interested sources capable of providing the required services and has the required certifications must complete the attached sources sought questionnaire excel and respond by email to robert.l.wong13.civ@us.navy.mil no later than February 20, 2025.
No other information is required at this time. Do not submit brochures, letters, etc. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP.