MODIFICATION
N -- Replace RTU's at Fort Peck, Fort Randall, Gavins Point and Oahe
- Notice Date
- 4/23/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F18Q0003
- Archive Date
- 11/17/2017
- Point of Contact
- Monica L. Dwyer, Phone: 4029952726
- E-Mail Address
-
monica.l.dwyer@usace.army.mil
(monica.l.dwyer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Subject- Notice of Intent to Sole Source in Accordance with Federal Acquisition Regulation (FAR) 13.501(a)(1) "Sole source (including brand name) acquisitions." Solicitation Number- W9128F18Q0003 This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 -Synopses of Proposed Contract Actions. US Army Corps of Engineers - Omaha District intends to issue a Firm-Fixed Price contract to Systems Analysis & Integration, Inc. located at 8080 Dagget ST; San Diego, CA 92111. Description of work- This is a non-personal services contract to install Replacement Remote Terminal Units (RTU's) at Fort Peck Power Plant, Fort Peck, MT; Fort Randall Power Plant, Pickstown, SD; Gavins Point Power Plant, Crofton, NE; and Oahe Power Plant, Pierre, SD. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to program and configure 5 Units and 3 Misc RTU's at Fort Peck. Program and configure 8 Units and 3 Misc RTU's at Fort Randall. Program and configure 3 Units and 2 Misc RTU's at Gavins Point. Program and configure 7 Units and 3 Misc RTU's at Oahe. One additional fully built spare unit RTU must be included at each plant. Commission and configure new RTU's. Duration of the contract (with options) is estimated to be 520 days The justification for sole source is that the hardware must be configured and installed in such a way as to be compatible with the existing software. Due to manning and real-time reporting requirements all projects need to have the same software running on their control system. The software suite that runs on the systems is proprietary and owned by Systems Integrated (SI), and only SI can provide onsite support and integration. The custom applications that runs on the systems were originally written by SI and integrated tightly with current software. Only SI possesses the intimate knowledge of the required custom applications to make updates to the software. The Justification and Approval document will be posted on Federal Business Opportunities at a later date. A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 541511, "Custom Computer Programming Services." The size standard as defined by the U.S. Small Business Administration is $27,500,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18Q0003/listing.html)
- Place of Performance
- Address: Fort Peck Power Plant, Fort Peck, MT; Fort Randall Power Plant, Pickstown, SD; Gavins Point Power Plant, Crofton, NE; and Oahe Power Plant, Pierre, SD., United States
- Record
- SN04898302-W 20180425/180423230820-641e4afcfac10353ab1e08657e4096e5 (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 |