The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide control network switch that has equal performance requirements as the CISCO IE 3400 Series with Ring Management Capability, manufactured by CISCO Systems Inc., 170 W Tasman Dr, San Jose CA, USA, 95134. The alternate product/service must meet the following requirements/specifications:
- Be compatible with the existing Schneider Electrical GeoSCADA software platform utilized at the facility, reduces potential for reliability issues and operator confusion.
- Supports fiber network ports compatible with the existing CISCO IE 3400 Series control network switches. Shall be industrial rated, panel installed, DIN rail mount fully managed Ethernet switch required for each Programmable Logic Controller (PLC) system. Interface shall be web based. No fewer than seven 10/100/1000 BaseTX RJ-45 ports and two gigabit SFP ports, with Ring Management capability. Minimum operating temperature range is -40 degrees Fahrenheit to 158 degrees Fahrenheit.
- Produced from designated countries in compliance with FAR 52.225-11.
- Enlisted on DOD Information Network (DODIN) Approved Product List (APL).
This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.
Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contract (name, title, email, phone, mailing address).
The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement.
Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure.
Interested parties shall submit information and specifications to Ms. Jamie Inouye, Contracting Officer and Ms. Jodi Lillie, Contract Specialist via email at Jamie.M.Inouye.civ@us.navy.mil and Jodi.e.lillie.civ@us.navy.mil. Interested parties responding to this announcement by March 26, 2025 at 2:00 p.m. Hawaii Standard Time will be considered.