Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2025 SAM #8572
SOURCES SOUGHT

Z -- Little Goose Dam Fiber Network Upgrade

Notice Date
5/14/2025 1:19:53 PM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF25RSS26
 
Response Due
5/23/2025 10:00:00 AM
 
Archive Date
06/07/2025
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, Jani C Long, Phone: 5095277209, Fax: 5095277802
 
E-Mail Address
chandra.d.crow@usace.army.mil, jani.c.long@usace.army.mil
(chandra.d.crow@usace.army.mil, jani.c.long@usace.army.mil)
 
Description
Subject: Request for Information � Schweitzer Engineering Laboratories (SEL) 3505#C84B SEL RTAC/NTP Time Server � Little Goose Dam Fiber Network Upgrade 1. Introduction This is a Request for Information (RFI) notice issued by Walla Walla District USACE for information and planning purposes only IAW FAR 6.302-1 and PGI 206.302-1(d). This Request for Information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred; and it shall not be construed as any commitment by the Government to execute this requirement. Walla Walla District USACE has a requirement to procure a Network Time Protocol (NTP) time server for the fiber network upgrades at Little Goose Dam. The Project Delivery Team (PDT) has identified the Schweitzer Engineering Laboratories (SEL) 3505#C84B SEL RTAC/NTP Time Server, along with its accompanying power supply, as the only solution that fully meets the Government�s technical, security, and compatibility requirements. This requirement will be awarded to our current contractor, EC Electric, under contract number W912EF23C0006. 2. Background The need for this NTP time server arose due to the discontinuation of the previously specified Allen Bradley 1756-TIME module. The SEL 3505#C84B was selected following evaluation of alternative solutions, considering project requirements and cybersecurity standards. The SEL RTAC NTP time server has been approved by the USACE Critical Infrastructure Cybersecurity Mandatory Center of Expertise (UCIC-MCX) for use on isolated networks, ensuring compliance with critical cybersecurity demands. Accurate time synchronization is critical for the Sequential Event Recorder (SER) and overall system operation at Little Goose Dam. 3. Justification for Limited Sources The Government anticipates awarding a sole source contract to EC Electric for the procurement of the SEL 3505#C84B SEL RTAC/NTP Time Server and its associated power supply. This determination is based on the following: The Allen Bradley 1756-TIME module is no longer available. The SEL 3505#C84B has been vetted and approved by USACE UCIC-MCX for use in the required environment. Little Goose Dam utilizes SEL relays extensively and maintaining brand uniformity minimizes costs related to spare parts and training. However, the Government recognizes the need to validate this determination and seeks information from potential alternative sources. 4. Information Requested The Government is seeking information from all responsible sources capable of providing a Network Time Protocol (NTP) time server that can meet all of the following requirements: Compatibility: Must be fully compatible with the existing SEL relay infrastructure at Little Goose Dam utilizing the AcSELerator platform. Cybersecurity: Must be approved for use on isolated networks by a recognized authority comparable to the USACE UCIC-MCX. Please provide documentation of this approval. Functionality: Must provide accurate and reliable time synchronization for the SER and other critical powerhouse components, preventing discrepancies in event logging. Technical Specifications: Must meet or exceed the technical specifications of the SEL 3505#C84B SEL RTAC/NTP Time Server. Availability: Provide lead time for delivery. Cost: Provide estimated pricing for the NTP time server and associated power supply. Specifically, respondents should address whether a comparable solution exists that would not require significant re-engineering, re-testing, or re-certification of the existing system. Information demonstrating the ability to meet these requirements without introducing substantial duplication of cost or significant delays is highly desired. 5. Submission Instructions Submission package is limited to five (5) pages. Format: Responses should be formatted to print out legibly as follows: A) paper size 8.5 x 11-inch paper; B) margins 1�; C) spacing � Single; D) Font � Times New Roman, 12 Pt and E) Microsoft 2010 or later and or PDF format. Cover Page: Include company name, mailing address, physical address (if different), business size standard (per SBA standards), and company point of contact information. Content: Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website. Submission: Submit responses via email only to Chandra.d.crow@usace.army.mil and no later than May 23, 2025, 1000 PDT. 6. Notice of Intent to Utilize Government Support Contractors Respondents are advised that contractor personnel may provide advice and support reviewing responses. When appropriate, contractor personnel may have access to response packages and may be utilized to objectively review information and provide comments and recommendations to the Government. They may not make decisions or establish final assessments. All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Responses to the RFI constitutes approval to release the submittals to Government Support Contractors. 7. Disclaimer This is a Request for Information only and may or may not result in the issuance of a Request for Proposals (RFP). If you choose to submit proprietary information, mark it according to your company specifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0586fc098fb94597844d06efc0d49cdb/view)
 
Place of Performance
Address: Dayton, WA 99328, USA
Zip Code: 99328
Country: USA
 
Record
SN07443610-F 20250516/250514230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.