Brand Name - Supervisory Control And Data Acquisition (SCADA) system
ID: W912EP25X161XType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Jacksonville District, is seeking information from industry regarding a brand name requirement for a Supervisory Control and Data Acquisition (SCADA) system as part of the Central Everglades Planning Project (CEPP) Contract 11C, which involves the construction of a seepage pump station in Palm Beach County, Florida. The procurement aims to ensure that the SCADA system integrates seamlessly with existing infrastructure to manage water flow and enhance flood protection, particularly during severe weather events, thereby supporting ecological restoration efforts in the Everglades. Interested vendors must submit capability statements and brochures by May 2, 2025, at 2:00 PM EST, to Chad Manson at chad.d.manson@usace.army.mil and Anelis Nazario Castillo at anelis.i.nazario-castillo@usace.army.mil, as this is a market survey and not a solicitation for offers.

Files
Title
Posted
Apr 3, 2025, 10:08 PM UTC
The Sources Sought Synopsis W912EP25X161X outlines the U.S. Army Corps of Engineers' intent to include a brand name Supervisory Control and Data Acquisition (SCADA) system in the construction of the EAA A-2 Reservoir Seepage Pump Station S-636 in Palm Beach County, Florida. This project is part of the Central Everglades Planning Project (CEPP) aimed at ecological restoration and includes significant construction work. The government seeks industry feedback for preliminary planning, emphasizing that this is not a solicitation for contracts. The SCADA system is crucial for remote operation of flood control structures, significantly impacting flood management and public safety during storm events. The document details project specifications, cost estimations, and maintenance considerations. It outlines the necessity of standardized components to ensure reliability, reduce training costs, and eliminate downtime. Responses from the industry are invited to assess alternative systems or confirm the need for the branded system. Submissions must include firm capabilities, bonding information, and technical inquiries, with a deadline for responses set for April 28, 2025. This notice reflects the government’s strategic approach to ensure optimal design and performance in critical infrastructure.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Central Everglades Planning Project (CEPP), South Contract 2A, S-356E Pump Station and S-334E Spillway Project, Miami-Dade County, Florida
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Jacksonville District, is conducting a Sources Sought Synopsis for the Central Everglades Planning Project (CEPP), focusing on the construction of the S-356E Pump Station and S-334E Spillway in Miami-Dade County, Florida. This project aims to enhance water management as part of the Comprehensive Everglades Restoration Plan (CERP) and involves significant construction activities, including excavation, dewatering, and the establishment of a new levee system, pump station, and spillway structure. The estimated construction cost ranges from $250 million to $500 million, with a projected performance period of approximately 2,871 calendar days from the Notice to Proceed. Interested firms must submit their capability statements by April 28, 2025, to the designated contacts, Frederick L. Cooper and Anelis Nazario Castillo, to express their interest in this opportunity.
Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Jacksonville District, is soliciting proposals for the Comprehensive Everglades Restoration Plan, specifically for Contract 2 related to the C-11 Impoundment and Mitigation Area A in Broward County, Florida. This project involves a Design-Bid-Build construction contract that includes the construction of dam and levee embankments, water control structures, and associated environmental features, aimed at enhancing water management and ecological restoration in the region. The overall project is significant for its role in restoring the Everglades ecosystem, with a total storage capacity of 4,600 acre-feet and various environmental protections in place. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and are encouraged to register as interested vendors on the Sam.gov website for updates. For further inquiries, contact Ligaya Lowe at ligaya.m.lowe@usace.army.mil or Manuela Voicu at manuela.d.voicu@usace.army.mil.
Manatee Protection System (MPS) Maintenance, Repair, Underwater Engineering and Mechanical Services
Buyer not available
The U.S. Army Corps of Engineers (USACE), Jacksonville District, is seeking qualified contractors for a multi-year service contract focused on the maintenance, repair, and upgrades of Manatee Protection Systems (MPS) at six lock and dam facilities in Florida. The primary objectives include ensuring the effective operation of these systems to prevent manatee entrapment and damage, which is critical for both manatee conservation and navigational functionality. Services required encompass cleaning, repairs, diagnostics, and comprehensive testing of MPS components, with an emphasis on timely responses to system failures and adherence to rigorous quality control and security protocols. Interested parties must submit their qualifications and capability documentation by May 2, 2025, to Brittany Jackson at brittany.r.jackson@usace.army.mil and Dustin Furrey at dustin.l.furrey@usace.army.mil.
Emerson Process Management Power & Water Solutions
Buyer not available
The U.S. Army Corps of Engineers, Walla Walla District, is seeking to procure services from Emerson Process Management Power & Water Solutions, Inc. for the upgrade of governor programming and HMI displays at the Little Goose Dam Powerhouse. The project involves specific enhancements such as updating the program for a new unit controller, adding voltage controls, metering displays, and HMI overview displays, as well as implementing time synchronization for the digital governor network. This procurement is critical for maintaining operational efficiency and reliability at the dam, with a solicitation expected to be issued in late May 2025. Interested parties must submit capability statements or proposals to the primary contact, LeAnne R. Walling, via email at leanne.r.walling@usace.army.mil, before the notice end date, as this is not a request for competitive proposals.
Repair Well 3 and Well 5 with SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair and automation of Well 3 and Well 5 at Shaw Air Force Base, which includes the installation of SCADA (Supervisory Control and Data Acquisition) systems. The project requires the integration of process equipment and control systems, adhering to established guidelines and standards, including those from ANSI, AWWA, NEC, and UPC. This procurement is critical for ensuring efficient water supply management and operational reliability at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with bids due by May 20, 2025, and a site visit scheduled for April 18, 2025. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or 803-895-5381.
Well 3 & Well 5 Repair w/SCADA Automation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Well 3 and Well 5 at Shaw Air Force Base, incorporating SCADA automation systems. The project entails the installation of process equipment, control systems, and remote SCADA access, with a focus on compliance with various industry standards, including ANSI and AWWA. This initiative is crucial for modernizing water supply facilities and ensuring operational efficiency and safety at the base. The estimated contract value ranges from $500,000 to $1,000,000, with proposals due by May 20, 2025, and a site visit scheduled for April 18, 2025. Interested contractors can reach out to Darrel Ford at darrel.ford.3@us.af.mil or Felix Prose at felix.prose@us.af.mil for further inquiries.
Sources Sought for Schneider Electrical GeoSCADA software platform and Schneider Electric PLC SCADAPack 357 at Marine Corps Base Hawaii, Hawaii
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Pacific, is conducting market research for a potential procurement of a remote SCADA software platform compatible with existing Schneider Electric systems at Marine Corps Base Hawaii. The objective is to identify alternative products that meet specific performance requirements, including compatibility with the Schneider Electrical GeoSCADA software and the SCADAPack 357, as well as capabilities for system expansion, real-time data intelligence, and seamless operation among multiple modules. Interested parties are invited to submit technical data and specifications by May 2, 2025, at 2:00 p.m. Hawaii Standard Time, to Tyler Moon at tyler.r.moon.civ@us.navy.mil, with the understanding that all submissions will become government property and will not be reimbursed.
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
GASPARILLA ISLAND, BEACH RENOURISHMENT, LEE COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from contractors for the Gasparilla Island Beach Renourishment project in Lee County, Florida. This sources sought notice aims to gather information on the capabilities and qualifications of potential bidders for a Firm Fixed Price contract, which will involve the renourishment of approximately 2.8 miles of shoreline and related environmental monitoring activities. The estimated construction cost ranges from $10 million to $25 million, with a performance period of 150 calendar days anticipated after the notice to proceed. Interested parties must submit their responses by May 12, 2025, and can direct inquiries to Ruth Rodriguez or Guesley Leger via the provided email addresses.
CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, EXCAVATION AND STABILIZATION
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the CANO MARTIN PENA ECOSYSTEM RESTORATION PROJECT (CMP-ERP) CONTRACT 3 PHASE 1, which focuses on excavation and stabilization efforts. This project encompasses various site development activities, including dredging, debris removal, installation of sheet piles, and bridge protection measures, aimed at enhancing the ecological integrity of the San José Lagoon and surrounding areas. The work is critical for restoring and maintaining the waterways, ensuring proper flow and structural stability, which are vital for environmental health and community safety. Interested contractors can reach out to primary contact Katrina Chapman at katrina.l.chapman@usace.army.mil or by phone at 904-401-2979, or secondary contact Samuela Adams at samuela.y.adams@usace.army.mil or 817-886-1168 for further details.