Sources Sought for Programmable Logic Controller, Joint Base Pearl Harbor-Hickam, Hawaii.

Agency:
State: Hawaii
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159130114907459
Posted Date: Jan 30, 2024
Due Date: Feb 14, 2024
Source: Members Only
Follow
Sources Sought for Programmable Logic Controller, Joint Base Pearl Harbor-Hickam, Hawaii.
Active
Contract Opportunity
Notice ID
N62478CON33FY2414
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFACSYSCOM HAWAII
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Jan 30, 2024 11:01 am HST
  • Original Response Date: Feb 14, 2024 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

The Government is conducting market research with the intent to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide for a Programmable Logic Controller (PLC) and Input/Output (I/O) Module that has the equal performance and listing/approval requirements as the RUG 9 Programmable Logic Controller (PLC) and R9 Input/Output (I/O) Modules, manufactured by Rugid, 25587 Conifer Road, Conifer, CO, 80433. The alternate product/service must meet the following requirements/specifications:



1. Be compatible with the telemetry radios, cybersecurity and standardization requirements for the existing SCADA system.



2. Be able to integrate and communicate with existing SCADA system without additional hardware, drivers, or software added to the existing Human Machine Interface (HMI), PLCs and I/O modules.



3. Hardware: All process related functions, calculations, timers, and numeric manipulations must be accomplished in the PLC hardware and not in the HMI.



4. PLC General Requirements: PLCs must be micro-processor based, capable of receiving binary and analog inputs and, through programming, must be able to control binary and analog output functions, perform data handling operations and communicate with external devices. PLCs must meet the requirements of Class A computing devices, and must be labeled as set forth in 47 CFR 15 and must be able to withstand conducted susceptibility test as outlined in NEMA ICS 1, NEMA ICS 2, NEMA ICS 3, and IEEE C37.90.1. PLCs must function properly at temperatures between 32 and 122 degrees F at 5 to 95 percent relative humidity non-condensing and must tolerate storage temperatures between minus 40 and plus 140 degrees F at 5 to 95 percent relative humidity non-condensing.



5. Modular PLC: PLCs must be based on a modular, field expandable design allowing the system to be tailored to the process control application. The system must be expandable through the use of additional hardware and/or user software. As a minimum, the PLC must include a mounting backplane, power supply module, central processing unit (CPU) module, communications module, and input/output (I/O) module. The modules must be grouped together in a mounting rack or cabinet. The mounting rack backplane must provide the communications mechanism to fully integrate the individual modules located within the rack. Modules other than I/O modules must plug directly into the backplane. The use of wire connectors between modules will not be allowed except for expansion of the system to include multiple backplanes. The rack size must be as needed to hold the equipment necessary while performing the required control functions. The system configuration must allow for the removal and/or installation of modules under power.



6. Central Processing Unit (CPU) Module: The CPU module must be a self contained, microprocessor based unit that provides time of day, scanning, application program execution, storage of application programs, storage of numerical values related to the application process and logic, I/O bus traffic control, peripheral and external device communications and self diagnostics. The scan time must be 250 milliseconds or better including spare I/O channels. Powered by 24 VDC power supply. >8 MB of program RAM available; >64 MB system memory RAM available. Capable of operating in temperatures of 32 to 140 degrees F and relative humidity of 10 to 95 percent. Must possess the capability to modify PLC logic via ethernet port without taking the processor offline. Must have LED status indicators for "running" and "fault". Must be capable of managing the total amount of discrete and analog I/O as defined by the design documents. Must assign local time-stamps to changes within the IO in the event that communication is lost. Must possess Modbus Master and Slave capability.



7. Communications Module: The communications module must allow peer-to-peer communication with other PLCs and must allow the PLC to communicate with the central station, or workstation. The communication module must utilize the manufacturer's standard communication architecture and protocol, ethernet architecture and protocol or a combination of these. The communication module must allow programming of the PLC to be done locally through the use of a laptop computer or from the central station or remote workstation. Must be capable of interfacing with ethernet connection at a minimum of 100 MB/s.



8. Power Supply Module: One or more power supply modules must be provided as necessary to power other modules installed in the same cabinet. Power supply modules must plug directly into the backplane. Auxiliary power supplies may be used to supply power to remote cabinets or modules.




  • The power supply module must monitor the incoming line voltage level and must provide over current and over voltage protection. If the voltage level is detected as being out of range the power supply module must continue to provide power for an adequate amount of time to allow for a safe and orderly shutdown. Power supply modules must be capable of withstanding a power loss for a minimum of 20 milliseconds while still remaining in operation and providing adequate power to all connected modules.

  • Each power supply module must be provided with an on-off switch integral to the module. If the manufacturer's standard power supply module is not provided with an on-off switch, a miniature toggle type switch must be installed near the PLC and must be clearly labeled as to its function.

  • Provide power supply modules with an indicating light which must be lit when the module is operating properly.



9. Input/Output (I/O) Modules: Modules must be self contained, microprocessor based units that provide an interface to field devices. The modules must be located in the same cabinet as the other PLC components. Each module must contain visual indication to display the on-off status of individual inputs or outputs. Each I/O must be protected against reversal of polarity of the signal. Analog inputs and analog outputs must have 'open, short and out of range circuit' detection. It must be configurable per channel. Capable of operating in 10 to 95 percent relative humidity. I/O must be solid state with status indicating lights. Refer to IP20 for required degree of protection. Incorporate noise suppression design where applicable.



10. Program Storage/Memory Requirements: The CPU must utilize the manufacturer's standard non-volatile memory for the operating system. The controller must have electronically readable and writeable non volatile memory (EPROM, EEPROM, or Flash PROM) for storage of user programs. The user programs must be loaded through the controller keypad, central station or through the use of a laptop computer. The CPU memory capacity must be based on the system's control requirements. The memory capacity must be sized such that, when the system is completely programmed and functional, no more than 50 percent of the memory allocated for these purposes is used.



11. Input/Output Characteristics: Each controller must allow for analog input, analog output, binary input and binary output. The number and type of inputs and outputs for the system must be as shown on the drawings and must comply with the sequence of control. The system capacity must include a minimum of 20 percent spare input and output points (no less than two points) for each point type provided. During normal operation, a malfunction in any input/output channel must affect the operation of that channel only and must not affect the operation of the CPU or any other channel. All input circuits must have a minimum optical isolation of 1500 VRMS and must be filtered to guard against high voltage transients from the externally connected devices. All output circuits must have a minimum optical isolation of 1500 VRMS and must be filtered to guard against high voltage transients from the externally connected devices.



12. Analog Inputs: Analog input circuits must be available in 4-20 mA.



13. Binary Inputs: Binary input circuits must be available in 10-30 VDC.



14. Analog Outputs: Analog output circuits must be available in 4-20 mA.



15. Binary Outputs: Binary output circuits must be available in 10-30 VDC.



16. Pulse Inputs: Pulse inputs must be able to detect a pulse of 10 milliseconds or less.



17. Wiring Connections: Wiring connections must be heavy duty, self lifting, pressure type screw terminals to provide easy wire insertion and secure connections. The terminals must accept two #14 AWG wires. A hinged protective cover must be provided over the wiring connections. The cover must have write-on areas for identification of the external circuits.



18. On-Off Switch: Each controller must be provided with an integral on-off power switch. If the controller is not provided with a manufacturer's standard on-off switch, a miniature toggle type switch must be installed in the control panel near the controller and must be clearly labeled as to its function.



19. Diagnostics: Each PLC must have diagnostic routines implemented in firmware. The CPU must continuously perform self-diagnostic routines that will provide information on the configuration and status of the CPU, memory, communications and input/output. The diagnostic routines must be regularly performed during normal system operation. A portion of the scan time of the controller must be dedicated to performing these housekeeping functions. In addition, a more extensive diagnostic routine must be performed at power up and during normal system shutdown. The CPU must log input/output and system faults in fault tables which must be accessible for display. When a fault affects input/output or communications modules the CPU must shut down only the hardware affected and continue operation by utilizing the healthy system components. All faults must be annunciated at the PLC and the central station. Diagnostic software must be useable in conjunction with the portable tester. The following diagnostics must be performed:




  • Analog Inputs: Sensor out of range, open or shorted loop, analog-to-digital converter check;

  • Analog Outputs: Open or shorted loop;

  • Configuration: Check compatibility and availability of selected I/O hardware and software;

  • Memory: Checksum, parity check End-to End CPU memory.



20. Accuracy: Controllers shall have an accuracy of plus or minus 0.25 percent of input span.



This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.



Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contract (name, title, email, phone, mailing address).



The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement.

Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure.

Interested parties shall submit information and specifications to Ms. Kris Nakashima-Wong, Contracting Officer via email at Kris.E.Nakashima-Wong.civ@us.navy.mil and Mr. Joseph Rayray, Contract Specialist at Joseph.D.Rayray.civ@us.navy.mil. Interested parties responding to this announcement by 14 February, 2024 at 2:00 p.m. Hawaii Standard Time will be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 30, 2024 11:01 am HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >