Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

J -- RUGID SCADA System Maintenance at Various Locations, Oahu, Hawaii

Notice Date
1/17/2020 3:32:31 PM
 
Notice Type
Presolicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
N62478-20-R-2483
 
Response Due
2/2/2020 6:00:00 PM
 
Archive Date
02/17/2020
 
Point of Contact
Jennifer Hue, Phone: 808-471-4510, Fax: 808-474-9541
 
E-Mail Address
jennifer.m.hue@navy.mil
(jennifer.m.hue@navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this notice is to provide notification of the Government�s intention to solicit and negotiate with only one source.� This contract action is for services for which the Government intends to solicit and negotiate with only Beavens Systems Inc. under the authority of FAR 13.501, since of the RUGID Factory Certified Field Representatives, they are the only firm that indicated that they are interested and capable of meeting the required certification, training, and licensing requirements. The work includes, but is not limited to, providing support to maintain, repair, and alter the RUGID 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.� The specification requires the following certification, training and licensing: -All personnel assigned SCADA management and support, enterprise IT application deployment, and application portfolio management functions shall be certified as Cisco Certified Network Administrators (CCNA). -All personnel assigned local system and application management functions shall be certified as Microsoft Certified Systems Administrator (MCSA), Microsoft Certified Desktop Technician (MCDST), and Microsoft Certified Professional (MCP). -All personnel assigned IA support functions shall be certified as Certified Information Systems Security Professional (CISSP) and System Security Certified Practitioner (SSCP). -All personnel assigned SCADA Administration and Management support shall be trained and certified in the usage and operation of proprietary software Recordall. 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 five (5) years of verifiable previous experience maintaining RUGID SCADA system hardware and software. Upon Contracting Officer�s request, the Contractor shall provide additional information such as: qualifying training courses taken, etc., to prove authenticity and legitimacy of the certificate. Final acceptance of any certification will be that of the Government. Procurement Method: Streamlined Procedures for Evaluation/Solicitation for Commercial Items The NAICS Code for this procurement is 811212 and the annual size standard is�$27.5 million. The contract term will be a base period of one year plus four option years.� The total term of the contract, including all options, will not exceed 60 months.� The Government will not synopsize the options when exercised.� Interested parties may identify their interest and capability to respond to the requirement.� This notice of intent is not a request for competitive proposals.� However, inquiries received within 15 days after date of publication of this synopsis will be considered by the Government.� A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/233c614cd7b0435f9c8e26456b1d4f63/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05538088-F 20200119/200117230134 (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  © 1994-2020, Loren Data Corp.