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 Remote Terminal Unit
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Systems Command Pacific (NAVFAC Pacific), is conducting a market survey to identify potential sources for a Remote Terminal Unit (RTU) that meets the specifications of the G500 model manufactured by General Electric. The procurement aims to acquire eight RTUs for four SCADA systems at the Naval Base Guam, which must be compatible with existing GPA SCADA systems and adhere to specific communication requirements outlined in GPA specification E-028. This opportunity is crucial for enhancing the operational capabilities of the military construction project P-1181, which focuses on hardening critical feeders in the region. Interested suppliers are invited to submit detailed technical data by December 15, 2025, to Ms. Kory Ann Jury at koryann.y.jury.civ@us.navy.mil, with the understanding that this is a sources sought notice and not a request for proposals.
    SCADA Aveva Edge software
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    Radioactive Liquid Waste Processing Process Controls Replacement (PLC Upgrade)
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking industry input for the replacement of process controls in the Radioactive Liquid Waste (RLW) Processing System at Naval Station Norfolk. The objective is to engage qualified businesses capable of removing outdated equipment and installing modern programmable logic controllers (PLCs), along with associated components such as control panels and human-machine interface (HMI) screens, ensuring compliance with industry standards. This initiative is critical for maintaining operational efficiency and safety in handling radioactive waste. Interested parties must submit their capabilities statements and other requested information by December 16, 2025, at 10:00 AM EST, to the designated contacts, Chaunsa Saunders and Jordan Moore, via email, as no hard copy or facsimile submissions will be accepted.
    Mobile at Sea Sensor System Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Mobile at Sea Sensor System Support Services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The procurement aims to secure range support services for the MATSS vessel, which is crucial for naval operations and testing. Offerors must possess a Seaport contract to access the Seaport NxG portal for proposal submission, as all proposals will be accepted exclusively through this platform. Interested parties can reach out to Marcella G. Webber at marcella.webber@navy.mil or by phone at 951-373-4454 for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    TIH 28/30/32
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center, is preparing to issue a solicitation for the development, integration, and production of Technology Insertion Hardware (TIH) for the TI-28, TI-30, and TI-32 systems. This procurement aims to support the Navy’s Submarine Warfare Federated Tactical System (SWFTS) across various U.S. Navy fleet submarines and allied forces, including the Royal Australian Navy. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement with a nine-year performance period, focusing on mission-critical systems and utilizing Commercial Off-The-Shelf (COTS) equipment tailored for specific platforms. Interested parties should note that the solicitation is expected to be issued around January 5, 2026, with proposals due 45 days thereafter. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Hannah Ross at hannah.s.ross6.civ@us.navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.