Sources Sought for AVENA's InTouch Human Machine Interface (HMI)
ID: N62478CON31FY2502Type: Sources Sought
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)
Timeline
    Description

    The Department of Defense, specifically the Naval Facilities Engineering Systems Command (NAVFAC) in Hawaii, is conducting market research for a potential procurement of an InTouch Human Machine Interface (HMI)/SCADA Client software. The government seeks a product that can be configured in a client-server setup, compatible with existing Wonderware SCADA systems, and capable of supporting multiple user operations and peripheral device management. This software is crucial for effective data sharing and operational management within the Navy's systems. Interested vendors must submit their technical data and specifications by March 26, 2025, at 2:00 p.m. Hawaii Standard Time, to the primary contact, Jamie Inouye, at jamie.inouye@navy.mil, or the secondary contact, Jodi Lillie, at jodi.e.lillie.civ@us.navy.mil.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for CISCO IE 3400 Series 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 CISCO IE 3400 Series control network switches for projects at Joint Base Pearl Harbor-Hickam, Hawaii. The government seeks to identify alternative products that meet specific performance requirements, including compatibility with existing Schneider Electrical GeoSCADA software, industrial ratings, and a minimum operating temperature range of -40 to 158 degrees Fahrenheit. This procurement is crucial for maintaining reliable control network operations, and interested vendors must submit technical data and specifications by March 26, 2025, at 2:00 p.m. Hawaii Standard Time to the designated contacts, Jamie Inouye and Jodi Lillie, via their provided email addresses.
    Sources Sought for Allen Bradley Rockwell Automation's Programmable Logic Controller (PLC)
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command in Hawaii (NAVFAC Hawaii), is conducting market research to identify potential suppliers for a Programmable Logic Controller (PLC) and Input/Output (I/O) Module that can match the performance and specifications of the Allen-Bradley MicroLogix 1400 PLC and 1762 Series I/O Module manufactured by Rockwell Automation. The procurement aims to find a compatible product that meets stringent requirements, including cybersecurity standards, seamless integration with existing systems, and robust hardware capabilities for process control applications. Interested parties are invited to submit technical data and specifications demonstrating compatibility with the existing Fort Kamehameha Wastewater Treatment Plant SCADA system by March 26, 2025, at 2:00 p.m. Hawaii Standard Time, with submissions directed to Ms. Jamie Inouye and Ms. Jodi Lillie via their provided email addresses.
    GE iFix Software
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking proposals for the procurement of GE iFix Software, a critical component for the FFG-62 Land Based Test Facility control system. This solicitation is for brand name supplies, with no substitutes accepted, emphasizing the necessity of GE iFix for developing a graphical human-machine interface (HMI) that is already in use by the Navy. The estimated cost for the required software licenses and support is approximately $50,000, with proposals due by March 26, 2025, at 3:00 PM. Interested vendors can contact Frank R. Vennell at frank.vennell@navy.mil or by phone at 215-897-1337 for further details.
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    INTERFACE UNIT,DATA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of an Interface Unit for data management. This opportunity involves the supply of equipment that meets unique identification and valuation requirements, as well as adherence to various quality and delivery standards outlined in the solicitation. The goods are critical for ensuring efficient operations within the Navy's logistical and operational frameworks. Interested vendors can reach out to Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL for further details regarding the proposal submission process and requirements.
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of ship machinery, requiring seamless integration with the Hull, Mechanical, and Electrical Local Area Network (HM&E-LAN) while adhering to stringent safety and environmental standards. This procurement is crucial for enhancing operational readiness and safety aboard military vessels, with a focus on ensuring fail-safe operations and robust cybersecurity measures. Interested vendors must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    Unmanned Hyperbaric Systems Support Services
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Exp Warfare Center, is soliciting proposals for Unmanned Hyperbaric Systems Support Services under a firm-fixed price, multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The procurement aims to secure comprehensive support services that are critical for the maintenance and operation of unmanned hyperbaric systems, which play a vital role in various defense applications. Interested offerors must submit detailed proposals that address six evaluation factors, including Technical Capability, Key Personnel, Safety, Small Business Utilization, Past Performance, and Price, with the proposal due date extended to March 24, 2025, to accommodate recent challenges faced by potential bidders. For further inquiries, interested parties can contact Matthew Duong at matthew.h.duong.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil.
    DISPLAY UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a DISPLAY UNIT. This opportunity involves the manufacture and supply of a specialized display unit, adhering to strict quality assurance and inspection requirements, as outlined in the solicitation. The goods are critical for military applications, ensuring operational readiness and effectiveness in various defense systems. Interested vendors must submit their quotes electronically to the designated contact, Taylor Arroyo, at taylor.r.arroyo2.civ@us.navy.mil, with the deadline for submissions extended to March 17, 2025. Additional details regarding pricing, delivery timelines, and compliance with specific military standards are also included in the solicitation.