Bid Date: 2025-06-21

Project Description: This contract action is for services for which the Government intends to solicit and negotiate with only HSQ Tech, Inc. (HSQ) under the authority of FAR 6.302-1, since the components of the SCADA system are proprietary. The existing SCADA system, manufactured by HSQ, consists of the centralized host computers, HSQ Miser Software, redundant workstations, numerous Remote Terminal Units (RTUs) and other SCADA system hardware. The HSQ SCADA system monitors and controls the steam, compressed air, salt water, demineralized water and chill water and portions of the potable water system.

1. Scope of Work: The Contractor shall provide support to perform maintenance, provide technical assistance, and upgrade, repair, alteration, decommission/disposal, and supply of specified SCADA IT equipment and software, for the following:

SCADA Central and Remote Monitoring Equipment and Software Systems:

▪︎ Industrial Commodities
▪︎ Potable Water

The Contractor shall provide all labor, management, supervision, tools, material and equipment required to perform Facility Investment services for INDUSTRIAL SCADA SYSTEM MAINTENANCE at various locations, Oahu Hawaii. Services consists of technical assistance support for on-site maintenance of SCADA central and remote monitoring equipment and software. On-site maintenance support includes guidance in calibration, cleaning, inspection, testing, and software updates and modifications. Technical assistance and services includes assistance to Government personnel during maintenance and operational testing of the INDUSTRIAL SCADA systems. The INDUSTRIAL SCADA system monitors and controls the Pearl Harbor, Navy Public Works Center, Utilities Department’s compressed air, saltwater, demineralized water, chill water, and a portion of the potable water utility system.

Recurring work: The Contractor shall provide support to maintain, repair, and alter the SCADA system to ensure they are fully functional and in normal working condition. Includes on-site hardware and software maintenance and related services; provide technical assist; and create new or modify existing program software code, modify and update system software to ensure that SCADA system remains in a fully operable and safe condition while minimizing the occurrence of breakdowns or service interruptions, and maximizing the useful life of the system.

Non-recurring work: Non-recurring work may be ordered utilizing DoD FedMall or on a task order in accordance with the DFARS 252.216-7006 ORDERING. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order. All parts, material, and equipment shall be supplied from the original equipment manufacturer (OEM) or its authorized sources.

2. Certification, Training, and Licencing: All maintenance and repair shall be performed by personnel trained and certified by the OEM.

All personnel assigned local system and application management functions shall be certified as Microsoft Certified Windows Server Hybrid Administrator Associate, Microsoft Certified Azure Virtual Desktop Specialty (AZ-140), and Microsoft Certified Professional (MCP).

All personnel assigned IA support functions shall be certified as Certified Information Systems Security Professional (CISSP) and System Security Certified Practitioner (SSCP).

All personnel assigned SCADA Administrative and Management support shall be trained and certified in the usage and operation of proprietary software HSQ Miser. Personnel shall also be able and authorized to provide source code modification to the proprietary program as deemed necessary by the Government. Relevant knowledge in other operating systems include but are not limited to Open VMS, Wonderware, Intouch, and all SCADA associated networking components and Nucleus Command Systems.

The Contractor and its employees performing the work shall be an HSQ Miser Factory Certified Field Representative and shall have at least five years of verifiable previous experience maintaining HSQ SCADA system hardware and software.

The NAICS Code for this procurement is 811210 and the annual size standard is $34,000,000. The contract term will be a 12-month base plus four 12-month option periods and one six-month option to extend services. The total term of the contract, including all options, will not exceed 66 months. The Government will not synopsize the options when exercised. The minimum guarantee will be the Base Period Recurring work and the maximum value of the contract will be the total value of all the Contract Line Items in the Schedule. Based on market research, including a sources sought notice issued in February 2025, there is no reasonable expectation that offers would be obtained from at least two responsible small business concerns or any other responsible source. This notice of intent is not a request for competitive proposals. However, inquiries received within 15 calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

No attachments or links have been added to this opportunity.

PDFs are being updated, check later