Inactive
Notice ID:NE-EA3500-23-00980
This is a Sources Sought Notice. This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). The Government will not pay for any in...
This is a Sources Sought Notice. This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). The Government will not pay for any information or administrative cost incurred in response to this announcement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. DISCLAIMERS AND IMPORTANT NOTICES The National Oceanic and Atmospheric Administration (NOAA) is not accepting proposals at this time and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information shall be included in your response to this Sources Sought. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The purpose of this Sources Sought is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to participate and provide information on how they can satisfy the Government's requirements. Responses will assist the Government in determining the availability of potential solutions in the marketplace. It is the responsibility of the potential offerors to monitor SAM.gov for additional information pertaining to this requirement. For information regarding this acquisition, contact the Contracting Officials listed herein. This exchange of information must be consistent with procurement integrity requirements (See FAR 3.104). Interested parties include potential offerors, end users, Government acquisition and supporting personnel, and others involved in the conduct or outcome of the acquisition. GENERAL SCOPE OF THE REQUIREMENT The general scope of this requirement is to provide NESDIS the capability for a phased replacement of WCDAS PSG hardware, Software, Firmware and related items during a 12 month period of performance plus an option year. Base period - to perform the 1st phase of PSG Hardware, Software and Firmware replacements in accordance with the attached Performance Work Statement (PWS). In summary, the Contractor shall provide for a planned periodic system "Refresh" consisting of upgrades to the control technology (Entellisys System) with respect to hardware, software and firmware associated with the low voltage parallel switchgear (PSG) at Wallops Command and Data Acquisition Station (WCDAS). The switchgear is a proprietary product of ABB/GE and the Entellisys is essential for functionality of this proprietary switchgear. The hardware, software and firmware of the Entellisys System is based on Windows XP which is obsolete and the system manufacturer has discontinued support for the current version of the Entellisys System with respect to hardware, software and firmware. The PSG provides seamless switching between available power sources including two (2) incoming feeders from the Power Utility, the UPS Power or the Back-up Generators at Wallops CDAS. SOURCES SOUGHT RESPONDENTS Sources intending to respond to this posting should thoroughly review the aforementioned and submit the following information: 1. Identification of your firm's business size and identification of your firm’s CAGE Code and UEI number. 2. Capability statements should reveal your firm’s presence (if any) on Government-Wide Contract Vehicles (e.g. NASA SEWP, GSA Advantage, etc.) that can support this requirement. 3. Capability statements expressing your firm’s interest in this requirement, describing your company and its capability to meet the minimum requirements stated in this post with a description of your proposed services and/or supplies that would meet the requirements. Interested parties should provide sufficient detailed information, which demonstrates the capability of the proposed solution. Companies are also requested to describe their strategies for mitigating any organizational conflicts of interests consistent with FAR Subpart 9.5. RESPONSE TIME Please send your submission via email to the attention of Contract Specialist (CS) Bryton Curtis via email to: Bryton.Curtis@noaa.gov and the Contracting Officer (CO) Maryann Orellana via e-mail: Maryann.Orellana@noaa.gov no later than September 8, 2023 3:00 PM Eastern Time. Please include, “Planned Entellisys System Upgrades for WCDAS,” in the subject line of your submission. The response shall be no more than five (5) single-sided, single-spaced pages, and use a minimum font of 12-point Times New Roman on 8 ½ x 11- inch paper. Each page should be separately numbered.