The Government intends 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 an industrial automation computing platform with equivalent performance and environmental resilience as the SEL-3350, manufactured by Schweitzer Engineering Laboratories (SEL), 2350 NE Hopkins Court, Pullman, WA 99163. The alternate product/service must meet the following requirements/specifications:
Provide discrete programmable automation controller relay with the following capabilities:
- Industrial-Grade Construction – Operate reliably in harsh environments, including substations and field installations, with extended operating temperature range (–40° to +75°C), no moving parts, and high electromagnetic interference (EMI) immunity.
- High-Performance Processing – Include a multi-core processor and solid-state storage suitable for running real-time automation, HMI, and cybersecurity applications.
- Flexible I/O and Expansion – Support multiple Ethernet ports, USB, serial, and optional I/O modules for integration with legacy and modern systems.
- Deterministic Control Support – Run SCADA, substation automation, and logic control software with real-time performance using embedded or standard operating systems (e.g., Windows, Linux).
- Redundant Power Supply Option – Support dual power inputs or redundant power supply configuration for high-availability installations.
- Mounting and Packaging – Offer versatile mounting options including DIN-rail, panel, and rack mount, and conform to standard industrial enclosure requirements.
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. Jessica Shimoda, Contracting Officer via email at jessica.a.shimoda.civ@us.navy.mil. Interested parties responding to this announcement by June 04, 2025 at 10:00 a.m. Hawaii Standard Time will be considered.