Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
ID: N6247825R2426Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM HAWAIIPEARL HARBOR, HI, 96860-3139, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking qualified contractors for the maintenance of Potable Water SCADA Systems at various locations in Oahu, Hawaii. The primary objective is to provide comprehensive facility investment services, including on-site maintenance, technical assistance, and software updates for RUGID SCADA central and remote monitoring equipment that oversees the potable water utility systems at Pearl Harbor. This procurement is critical for ensuring the reliability and safety of essential water management infrastructure, with a contract term of up to 66 months, including one base year and four option years. Interested parties must respond to the sources sought notice by submitting the required questionnaire to Robert Wong at robert.l.wong13.civ@us.navy.mil by February 20, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for Potable Water SCADA Systems Maintenance and Repair Services for various locations in Oahu, Hawaii. The primary objective is for the contractor to provide maintenance, management, and technical assistance for SCADA systems monitoring the Pearl Harbor Navy Public Works Center’s potable water utility systems. Key responsibilities include on-site maintenance support, such as calibration, inspection, repair, and software updates for RUGID SCADA equipment. The scope encompasses both recurring and non-recurring tasks, with stringent guidelines for material sourcing and personnel qualifications. Contractors must have a strong background in SCADA systems, specifically RUGID systems, complemented by appropriate certifications and experience. The RFP emphasizes the need for certified personnel capable of source code modification of the proprietary SCADA software while ensuring systems are operable and minimizing service interruptions. This RFP is part of the federal and state initiatives to secure expertise in maintaining critical infrastructure, underlining the government's commitment to reliable utility management and compliance with safety standards.
    Lifecycle
    Similar Opportunities
    Industrial SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking sources for the maintenance and repair of Industrial Supervisory Control and Data Acquisition (SCADA) systems at various locations in Oahu, Hawaii. The procurement aims to identify qualified contractors capable of providing comprehensive support, including technical assistance, upgrades, and repairs for SCADA hardware and software, specifically for systems that monitor critical utilities such as compressed air, saltwater, and potable water. The selected contractor must have personnel certified by the original equipment manufacturer (OEM) and hold relevant IT and security certifications, with a strong preference for those experienced with HSQ Miser software. Interested parties must respond to the sources sought questionnaire by February 12, 2025, and direct inquiries to Robert Wong at robert.l.wong13.civ@us.navy.mil.
    Sources Sought for HSQ MISER SCADA for NAVFAC Hawaii Projects at Joint Base Pearl Harbor-Hickam, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is conducting market research for the procurement of supervisory control and data acquisition (SCADA) hardware and programming labor for projects at Joint Base Pearl Harbor-Hickam, Hawaii. The objective is to identify potential suppliers capable of providing products and services that meet specific performance and approval requirements equivalent to those offered by HSQ Technology, including SCADA programming and the provision of 25 x 86 Logic Processors for integrating new pipeline sensors. Interested parties are invited to submit technical data and specifications by February 5, 2025, at 2:00 p.m. Hawaii Standard Time, to Mr. Dallas Wong at dallas.j.wong.civ@us.navy.mil, with all submissions becoming U.S. Government property and not subject to reimbursement for costs incurred.
    Fuel Storage Tanks Maintenance and Repair Work, Various Locations, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Hawaii, is seeking qualified contractors for maintenance and repair work on fuel storage tanks at various locations in Oahu, Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to perform annual maintenance and operational tests of leak detection and monitoring systems, ensuring compliance with government regulations. This work is critical for maintaining the safety and operational integrity of fuel storage systems across government facilities, with a contract term of one year and four additional one-year option periods, plus one six-month option, totaling a maximum of 66 months. Interested parties must complete the attached sources sought questionnaire and submit their responses via email to Robert Wong at robert.l.wong13.civ@us.navy.mil by February 7, 2025.
    Base Honolulu manhole sewer repair
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for a manhole sewer repair project at Base Honolulu, Hawaii. The scope of work includes designing and constructing manhole benching and invert channels, adhering to strict safety protocols, including OSHA regulations for confined spaces, and ensuring minimal disruption to facility operations. This project is crucial for maintaining effective wastewater management systems and ensuring compliance with federal safety standards. Proposals are due by February 12, 2025, with a site visit scheduled for January 22, 2025; interested parties should contact Charles Ahnee at charles.f.ahnee@uscg.mil or Justin Hinkle at justin.n.hinkle@uscg.mil for further details.
    Data Center Hawaii Fuel Line Modification
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the modification of fuel lines at the Data Center in Hawaii. The project involves the procurement, installation, and commissioning of new fuel piping and components connecting an existing diesel fuel storage tank to Generator 3. This modification is critical for ensuring the operational efficiency and reliability of the facility's power supply. Interested contractors must submit their proposals by February 14, 2025, and are encouraged to attend a pre-proposal site visit scheduled for February 5, 2025, to gain insights into the project requirements. For further inquiries, potential bidders can contact John M. Ross at john.m.ross138.civ@mail.mil.
    US Navy Virginia Class Submarine Scrubbers Repair
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is conducting market research to identify qualified contractors for the repair and maintenance of CO2 scrubbers on Virginia-Class submarines. The procurement aims to secure technical assistance, including the removal, re-installation, and operational testing of the 1 and 2 CO2 scrubbers, which are critical for maintaining environmental compliance and operational efficiency aboard naval vessels. This opportunity emphasizes adherence to federal regulations, particularly the Resource Conservation and Recovery Act, ensuring proper management and disposal of hazardous waste generated during maintenance activities. Interested parties must submit their capability statements by February 7, 2025, at 0900 HST, to Amber Burgess at amber.m.burgess7.civ@us.navy.mil, as this notice is solely for market research and not a request for proposals.
    Virginia Class San Tank IDIQ
    Buyer not available
    The Department of Defense, through the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is issuing a Request for Quote (RFQ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on cleaning and certifying Virginia Class Sanitary Tanks. The contract aims to ensure compliance with safety and environmental regulations while providing essential maintenance services for Navy submarines, emphasizing the importance of operational safety and environmental health standards. This opportunity is a 100% small business set-aside, with proposals due by February 19, 2025, at 0900 HST, and interested parties must submit their proposals via email to the designated contacts, Chaune Kuromoto and Amber Burgess. All contractors must be registered with the System for Award Management (SAM) and adhere to stringent safety, health, and security requirements outlined in the associated documentation.
    Sources Sought 36C26025Q0207 Walla Walla VA Water and Sewer Operator Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Water and Sewer Operator Services for the Walla Walla VA Medical Center, as outlined in solicitation number 36C26025Q0207. The procurement aims to gather information on capabilities related to the operation and maintenance of water systems, including monthly inspections, lab testing, and compliance reporting in accordance with Washington state regulations. These services are critical for ensuring public health and safety through effective management of the facility’s water systems, requiring certified personnel for comprehensive testing and oversight. Interested firms must respond by February 7, 2025, with details on their business size, small business program eligibility, and a brief capabilities statement, and can contact Quyen N Mai at quyen.mai@va.gov for further information.
    drain line repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drain line repair services at Base Honolulu, Hawaii. The project involves identifying and removing blockages in restroom pipes at Pier 4, which may require accessing confined spaces and dismantling existing flooring. This repair work is crucial for restoring functionality to the facility's restroom system while adhering to safety and operational guidelines. Interested small businesses must submit their quotes by 10:00 AM HST on January 28, 2025, following a mandatory site visit on January 30, 2025. For further inquiries, contact Justin Hinkle at justin.n.hinkle@uscg.mil or John Treme at John.P.Treme@uscg.mil.
    J--Modification 2 to Presolicitation Synopsis for Vessel Maintenance Service requirement.
    Buyer not available
    Presolicitation Synopsis for Vessel Maintenance service requirement at Joint Base Pearl Harbor-Hickam, HI. The Department of Defense, specifically the Department of the Navy, is seeking a Vessel Maintenance service at Joint Base Pearl Harbor-Hickam, Hawaii. This service includes maintenance and repair of vessels, logistic support, support equipment maintenance, vessel operation for maintenance purposes, and inventory management. The contract duration will be a 60 day phase-in, followed by a twelve-month base period, three one-year option periods, and one option to extend services for no more than six months. The procurement is set aside for small businesses and will be awarded as a commercial services contract. Interested firms must register in the System for Award Management (SAM) database and the Request for Proposal (RFP) is anticipated to be issued on or about April 25, 2016.