The RFP Database
New business relationships start here

SCADA Support Contract


Arkansas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1.0 This is a non-personal services contract to provide consultation services for a Supervisory Control and Data Acquisition System at Table Rock Dam, Branson Missouri. A SCADA system is currently under development based on Siemens Corporation hardware and application software. The Contractor shall provide programming to accomplish items as identified in the detailed statement of work. The Contractor shall provide nine on site visits totally 360 hours plus travel time, 800 hours of off-site consultation/programming services shall also be provided for all seven plants. The Contractor shall also supply server licenses and 20 firewalls components/licenses. The Contractor shall also furnish a SIMIT Patch Management Software system and provide engineering support to set up the existing and nw simulators. The Contractor shall provide an annual software support updates and siemens technical support with options for 2 additional years of support. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1 The contractor shall provide all personnel, equipment, supplies, travel, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the work required. The contractor shall perform to the standards in this contract. The Contractor is responsible for review and knowledge of existing system and shall include all costs necessary in the contractor's proposal to become familiar with the existing Siemens SCADA Control system.
1.2 The SCADA system is a centralized SCADA system with one master plant and six remote plants. There are 27 main generation units, 7 station service systems, and 7 switchyards total at the seven power plants. The equipment utilizes Siemens PCS7 operating system and Siemens PLC 400 Series. The operating system is PCS7 version 8.0 SP1 and is currently running version 8.1 SP1. The master plant ,Table Rock Power Plant, is located at Branson, MO and the six remote plants are located as follows: Beaver Power Plant is located near Eureka Springs, AR. Norfolk Power Plant is located near Mountain Home, AR. Bulls Shoals Power Plant is located near Mountain Home, AR. Greers Ferry Power Plant is located near Heber Springs, AR. Dardanelle Power Plant is located at Dardanelle, AR. Ozark Power Plant is located at Ozark, AR
The period of performance for this contract is three (3) calendar years from the notice to proceed for this contract award.
1.3 Schedule
The Contractor shall develop and submit a schedule in accordance with period of performance requirements for approval. Submit schedule for approval within 15 days after notice to proceed.
1.4 General Information
1.5 Quality Control
The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract.
1.6 Quality Assurance:
The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).
1.7 Recognized Holidays:
New Year's Day Labor Day
Martin Luther King Jr. Birthday Columbus Day
President's Day Veteran's Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
1.8 Hours of Work:
On site work shall be accomplished during normal works for the Table Rock Power plant. Normal work hours are 0630 to 1700 Monday through Thursday each week. On site work shall not be conducted on Federal Holidays.
1.9 Place of Performance:
The on-site work shall be conducted at Table Rock Power Plant, located near Branson Missouri.
1.10 Type of Contract:
The government will award a firm fixed price contract.
1.11 Security Requirements: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use and copies of programming performed by Contractor. At the close of each work period, government facilities, equipment, and materials shall be secured. The Contractor shall sign a non-disclosure agreement to protect information about the existing and new SCADA system. All site specific information shall be secured when not attended by persons with level II certification. In no circumstances are contractor personnel without level II certification be allowed to have access to Little Rock District's security system and site specific documentation. The Contractor shall furnish a list of personnel and a photo ID that have level II certification that are working on this project. Refer to section 5 for additional security requirements.

1.11.1 National Threat Levels: The National Threat Level could be moved to a higher level during the course of this contract resulting in work delays. If there is a delay of more than one week the Contractor may be eligible for a time extension.


1.11.2 Cyber Security Training: The Contractor shall complete Government provided Cyber Security training and sign an acceptable use policy.


1.11.3 Security Background Certifications/Clearances: Security Requirements: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use and copies of programming performed by Contractor. At the close of each work period, government facilities, equipment, and materials shall be secured. The Contractor shall sign a non-disclosure agreement to protect information about the existing and new security system. All site specific information shall be secured when not attended by persons with level II certification. In no circumstances are contractor personnel without level II certification be allowed to have access to Little Rock District's security system and site specific documentation. The Contractor shall furnish a list of personnel and a photo ID that have level II certification that are working on this project. Refer to Paragraph 7.4 for additional security information.


1.6.7.2 Vehicles.
Private vehicles of the Contractor shall enter and leave the project through approved means. Parking of private vehicles shall be restricted to areas designated by the Contracting Officer.
1.6.8 Special Qualifications:
The Contractor's programmer and consultant shall meet the following minimum contractor experience in order to be considered qualified to perform this work. The Contractor shall submit data to confirm compliance with the minimal qualifications with their proposal.

1. A minimum of twenty (20) years programming experience Siemens
Automation systems,
2. A minimum of ten (10) years programming experience with Siemens
PCS7.
3. Shall have programmed Automatic Generation Controls Software for a minimum of least 20 hydroelectric power plants.


4. Shall have programmed scheduling software for at least 20 hydroelectric power plants.
5. Shall have provided consulting services for Siemens for a minimum of 7 hydroelectric power plant SCADA systems.
6. Level 2 Security Background clearance for all personnel with access to the Government security system or associated documentation.
7. Shall be a Certified Siemens Solutions Partner


1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.6.11 Work by the Government Concurrent with Contractor work. It is possible that Government will have other work by Contractor or Government employees at or near the site of this work. The Contractor shall fully cooperate with other contractors or Government employees, heeding any direction by the Contracting Officer.
1.6.12 Safe Clearance Procedure. A Safe Clearance System as required by EM 385-1-1 is in use by project personnel to safeguard personnel and equipment and provide continuity of service. Any work by the Contractor requiring equipment to be out of service will be coordinated with the Government to obtain a clearance. Contractor personnel may not violate Safe Clearance procedures. A copy of the procedure will be supplied upon request.
1.6.13 Payment. The contractor will be eligible for partial payment upon submission of a proper invoice at the successful completion of each site visit. Invoices for off-site consulting shall be made monthly or quarterly at the Contractors option. Submit invoices to the Contracting Officer.



Patricia L Faris, Phone 8286069841, Email Patricia.L.Faris@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP