Industrial SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
ID: N6247825R2427Type: Sources Sought
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for maintenance and repair services of Industrial SCADA systems for various locations in Oahu, Hawaii. The contractor is expected to provide all necessary labor, tools, and equipment for both recurring and non-recurring maintenance tasks. Recurring work includes on-site support for calibration, inspection, testing, and software updates of SCADA systems, which manage essential utilities such as compressed air, saltwater, and potable water. Non-recurring tasks may be specified through task orders utilizing DoD FedMall, with particulars such as locations and project scopes defined per order. Personnel performing the contract work must hold certifications from the OEM and various IT-related certifications, including Microsoft and security credentials. Contractors with proven experience in SCADA systems, particularly with HSQ Miser software, are highly preferred. This RFP underscores the requirement for expertise, training, and adherence to regulations, ensuring the safe and functional operation of critical monitoring systems within the government infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Potable Water SCADA Systems Maintenance, Various Locations, Oahu, Hawaii
    Buyer not available
    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.
    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.
    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.
    Offutt AFB HVAC Control System Upgrade
    Buyer not available
    The Department of Defense, through the 55th Contracting Squadron at Offutt Air Force Base, Nebraska, is seeking potential sources for the upgrade of HVAC control systems, specifically the replacement of outdated Excel 5000 series controllers. The project involves replacing these controllers with compatible Honeywell Tridium N4 products, updating the control system's programming and database, and ensuring compliance with cybersecurity standards while minimizing disruption to facility operations. This upgrade is critical for maintaining the functionality of HVAC systems that support mission-critical operations, as failures can lead to delays and emergency repairs. Interested parties are encouraged to submit their capabilities by 1:00 PM (CST) on November 14, 2024, to the primary contacts, Jose Buenaventura and Austin D. Palrang, via their provided email addresses. Note that this is a sources sought notice for planning purposes only, and no funds are currently available for this effort.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
    Buyer not available
    The Department of Defense, through NAVFAC Pacific, is seeking proposals from qualified small businesses for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various utility systems studies. The contract, which may reach a total value of $30 million over a base year and four option years, will encompass electrical, mechanical, and civil utility studies, including GIS mapping and system operational modeling. This procurement is critical for ensuring the effective management and operation of utility systems within NAVFAC Pacific's jurisdiction. Interested firms must submit their qualifications, including an SF 330 form, by January 16, 2025, and can direct inquiries to Mitchell Yoshimura at mitchell.s.yoshimura@navy.mil or Erik Torngren at erik.torngren@navy.mil.
    AC Ductless PM, Repair and Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for preventive maintenance, repair, and replacement services for ductless split air conditioning systems at various U.S. Army installations in Hawaii. This requirement encompasses facilities located at Schofield Barracks, Wheeler Army Airfield, Helemano Military Reservation, Tripler Army Medical Center, Aliamanu Military Reservation, and Fort Shafter, with a contract period consisting of a base year plus four option years. The procurement is set aside for 100% small business participation under NAICS code 238220, with a size standard of $19 million, emphasizing the importance of these services for maintaining operational efficiency in military facilities. Interested contractors should direct all inquiries via email to Travis Tonini at travis.c.tonini.civ@army.mil, with the solicitation expected to be issued around 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.
    Investigation, Upgrade, or Replacement of Scully Intellitrol Systems on Various Military Installations Worldwide
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the investigation, upgrade, or replacement of Scully Intellitrol Systems across various military installations worldwide. This Sources Sought Notice aims to gather information for planning purposes and assess industry capabilities, particularly from small businesses, including those with SBA socioeconomic certifications. The project involves two phases: the first phase includes site investigations at approximately 147 locations to determine current configurations and upgrade requirements, while the second phase focuses on the actual replacement or upgrade of the systems. Interested firms should respond with a white paper detailing their capabilities, personnel, and relevant experience by the specified response date, and can contact Johanna Pike at johanna.pike.1@us.af.mil for further information.
    Fluke OTDR Maintenance
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide maintenance, repairs, and calibration services for the Fluke DSX-8000 Optical Time-Domain Reflectometer (OTDR). The procurement aims to ensure compliance with original equipment manufacturer specifications and industry standards, including the provision of a loaner OTDR during maintenance services. This contract is crucial for maintaining the operational readiness of naval equipment, supporting the U.S. Navy's industrial operations in the Pacific. Quotes are due by February 6, 2025, at 10:00 AM HST, and interested parties must contact Colby Teruya or Lyndon Paloma via email for further details. All bidders must be registered with the System for Award Management (SAM) by the award date, and the contract will be awarded in accordance with federal procurement regulations.