Real Time Controllers for UCB Sequence of Event Recorder (SER)
This is a combined synopsis/solicitation for commercial products or services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation will not be issued. Solicitation number 140R4025Q0053 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. They may be accessed in full text at the following websites: https:/www.acquisition.gov/far/ and https://www.acquisition.gov/diar. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with an associated small business size standard of 750 Employees. This requirement is a Small Business Set-Aside and only qualified contractors may submit a quote. Prospective vendor shall be registered in SAM.gov at the time of submitting the quote.
SPECIFICATIONS
1.0 BACKGROUND:
The Bureau of Reclamation (Reclamation) is a water management agency overseeing 600 dams in 17 western states. Renowned for constructing dams, power plants, and canals, notable projects include Hoover Dam on the Colorado River, Grand Coulee Dam on the Columbia River, and Folsom Dam on the American River. Reclamation is the largest wholesaler of water in the United States and the second-largest producer of hydroelectric power in the western U.S., organized into ¿ve regions, including the Upper Colorado Basin (UCB).
2.0 INTRODUCTION:
The UCB Region plans to install a real time controller to perform powerplant sequence of event functions. Sequence of Event Recorder (SER) systems provide a time-tagged sequenced record of events to aid in identifying and diagnosing power plant events. This procurement is for the acquisition of real time controllers and ancillary equipment required for a complete SER system. The speci¿cation and system design is based on the SEL-Axion 2240 platform including the SEL- 2241 Real-Time Automation Controller (RTAC) and other SEL-Axion modules.
Equivalent products that meet or exceed the speci¿ed requirements will be considered.
3.0 REQUIREMENTS:
3.1 Environmental Durability
¿ Operating temperature range: -40C to + 85C
¿ Humidity tolerance: 5% to 95% non-condensing
¿ Vibration resistance compliant with IEEE 1613 standards
3.2 Time Synchronization
¿ High-precision timestamping with accuracy of 0.001 seconds (1 millisecond)
¿ Support for IRIG-B, NTP, and PTP (IEEE 1588)
3.3 Protocol Support
¿ Support for DNP3, Modbus, EtherCAT, and other industry-standard protocols.
¿ Support for SEL ASCII, SEL Binary, and SEL Fast SER Protocol.
3.4 Modular Design
¿ Modular design allowing for easy expansion and hot-swappable modules.
¿ Each chassis must support a minimum of 10 slots or capable of daisy chaining multiple modules to support the total number of plant status inputs.
3.5 Cybersecurity
¿ Built-in cybersecurity features including role-based access control, encrypted communications, and secure boot processes.
¿ Compliance with NERC-CIP and FIPS 140-2 standards.
3.6 Integrated Web HMI
¿ Integrated web-based HMI for monitoring
¿ Customizable dashboards and user-friendly interface.
3.7 Event Recording
¿ Automatic identification and time-tagging of input signal changes to the nearest 1 msec.
¿ Capable of time stamping 100% of the samples within +/- 1 msec when synced to an IRIG-B signal.
¿ High-resolution sequence of events recording with time-stamping accuracy of 1 msec.
¿ Capable of operating on an ungrounded 125-V DC system
¿ All inputs should be optically isolated and filtered for 125-V DC dry contact change of state scanning.
¿ Support the export of event files in Microsoft Excel (.xlsx or .xls) file format. The exported data should contain all relevant event data, including timestamps, event types, and associated information.
3.8 Support and Warranty
¿ Minimum 5-year warranty on all equipment.
¿ Regular firmware and security updates.
¿ Proven track record and customer references in similar applications
3.9 Additional Considerations
¿ The proposed solution must integrate seamlessly with existing systems and infrastructure.
¿ The solution must provide robust and reliable performance in a hydro power plant environment and electrical power system operations.
4.0 PRODUCTS:
The following products are speci¿ed as the basis for design and performance standards. Equivalent products must meet or exceed the following products technical speci¿cations:
4.1 SEL-2241 Real-Time Automation Controller (RTAC) Quantity: 6 EA
Part Number: 2241#G6FD, SEL
Con¿guration -
Ethernet Ports: Two 10/100BASE-T Conformal Coat: Yes
Web HMI: Yes
Time-Code Input: IRIG-B
4.2 SEL-2242 Chassis
Quantity: 16 EA
Part Number: 2242R1X1, SEL Con¿guration -
Mounting: Rack Mount Bay Control: No
Slot Con¿guration: 10-slot Conformal Coat: Yes
4.3 SEL-2243 Power Coupler Quantity: 34 EA
Part Number: 224311X1, SEL Con¿guration -
Rating: 125/250 Vdc, 120/240 Vac Communication Ports: Two 10/100BASE-T Conformal Coat: Yes
4.4 SEL-2244-2 Digital Input Module Quantity ¿ 77 EA
Part Number: 22442424X1, SEL Con¿guration -
Inputs: 24 opt isolated digital inputs, 125 Vdc/Vac Conformal Coat: Yes
Wiring Harness: Yes, QTY-71 EA, 12ft length. Part #: 91590186
4.5 SEL-2244-3 Digital Output Module
Quantity: 6 EA
Part Number: 22443131X1, SEL Con¿guration-
Outputs: 16 Form A control outputs, 250 Vdc, 6A continuous carry Conformal Coat: Yes
4.6 VL3 BPC - Box/NUC PC
Quantity: 6 EA
Part Number: 1376797, Phoenix Contact Con¿guration -
Processor: Intel Core i7 1185G7E, or better Operating System: Windows 11 LTSC Memory: 16GB
Storage: 60 GB M.2 SSD
Video Ports: 2-Display Ports++, 2-HDMI (4 total) Wireless: No wireless LAN card (no Wi-Fi enablement) Trusted Platform Module: TPM 2.0
Cooling: Fanless
Input Devices: Wireless keyboard and mouse included. PC Mount, QTY: 5 ¿
Metal arm extension plat mounting bracket compatible with VESA bolt pattern to mount the PC on the back of the monitor (HumanCentric Part# 101-2040).
Provide a metal VESA mount with adjustable straps for small computers to mount to the extension bracket to secure the PC to the rear of the monitor (HumanCentric Part # 101-2088).
4.7 Dell 55 4K Conference Room Monitor (VDU) Quantity ¿ 12 EA
Part Number: P5524Q, Dell Con¿guration -
Diagonal Size: 55¿ nominal Resolution: 3840 x 2160 Ports: DisplayPort/HMDI
Monitor Mounting: VESA compatible bolt hole patterns. Monitor Mount, QTY: 11 ¿
Tripp Lite series swivel/tilt wall mount for ¿at 55in monitor. Compatible VESA bolt hole patterns. Wall extension minimum of 15-inch. 70lbs minimum weight capacity. (part #- DMWC3770M)
5.0 DELIVERY:
The supplies described above shall be shipped to the UCB Region¿s Curecanti Field Division at the shipping address listed below.
Curecanti Field Division
1330 East Oak Grove Road
Montrose, CO 81401
Attention: Mr. Bradford Davis
Equipment Totals:
Item Number Description Quantity Unit Cost Total Lead time
001 SEL-2241 Real-Time Automation Controller (RTAC) 6 EA
002 SEL-2242 Chassis/Backplane 16 EA
003 SEL-2243 Power Coupler 34 EA
004 SEL-2244-2 Digital Input Module 77 EA
005 32 conductor wiring harness 71 EA
006 SEL-2244-3 Digital Output Module 6 EA
007 VL3 BPC - Box PC 6 EA
008 Dell 55 4K Conference Room Monitor (VDU) 12 EA
009 Tripp Lite swivel/tilt wall mount 55" 11 EA
010 VESA mounting bracket arm extension plate 5 EA
011 VESA PC mount with adjustable straps 5 EA
Total price shall be inclusive of all applicable fees and taxes. The required delivery date is August 20, 2025. Inspection and acceptance will be performed by the Government at destination. F.O.B. Destination at
Curecanti Field Division
1330 East Oak Grove Road Montrose, CO 81401
Attention: Mr. Bradford Davis
The provision at 52.212-1, Instructions to Offerors ¿ Commercial Products and Commercial Services, applies to this acquisition.
The provision at 52.212-2, Evaluation ¿ Commercial Products and Commercial Services, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision is as follows:
Technical
¿ Quoted equipment: Data sheet shall be provided for all quoted equipment
¿ Delivery schedule
Past Performance
Price
The provision at 52.212-3, Offeror Representations and Certifications ¿ Commercial Products and Commercial Services, must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry.
The clause at 52.212-4, Contract Terms and Conditions ¿ Commercial Products and Commercial Services, applies to this acquisition along with an addendum that includes the following clauses applicable to this procurement:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
Federal Acquisition Regulation: https://www.acquisition.gov/far
Department of the Interior Acquisition Regulation: https://www.acquisition.gov/diar
(End of clause)
DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (FEB 2021)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).
'Payment request' means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is:
https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice:
The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
(End of Local Clause)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.242-15 STOP-WORK ORDER (AUG 1989)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ Commercial Products and Commercial Services, apply to this acquisition:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(1) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).
(2) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(4) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31U.S.C. 3903 and 10 U.S.C. 3801).
(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive
orders applicable to acquisitions of commercial products and commercial services:
(4) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712); this clause does not apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community¿see FAR 3.900(a).
(10) 52.204¿28, Federal Acquisition Supply Chain Security Act Orders¿Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts. (Dec 2023) ( Pub. L. 115¿390, title II).
[X] (11)(i) 52.204¿30, Federal Acquisition Supply Chain Security Act Orders¿Prohibition. (Dec 2023) (Pub. L. 115¿390, title II).
[X] (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644). [] (ii) Alternate I (Mar 2020) of 52.219-6.
[X](23) 52.219-14, Limitations on Subcontracting (OCT 2022) Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s).
[X](32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O.13126).
[X] (33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
[X] (34) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).
[X] (39) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O.
13627).
[X] (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (NOV 2023) (19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29
(sections 4501-4732), Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283,
110-138, 112-41, 112-42, and 112-43.
[X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.¿s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[X] (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor¿s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509).
(ii) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) (41 U.S.C. 4712).
(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iv) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).
(v) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).
(vi) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).
(vii) (A) 52.204¿30, Federal Acquisition Supply Chain Security Act Orders¿Prohibition. (Dec 2023) (Pub. L. 115¿390, title II).
(B) Alternate I (Dec 2023) of 52.204¿30.
(viii) 52.219-8, Utilization of Small Business Concerns (JAN 2025) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(ix) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(x) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246).
(xi) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
(xii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
(xiii) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
(xiv) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xv) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
(xvi) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xvii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
(xviii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(xix) 52.222-54, Employment Eligibility Verification (JAN 2025) (E.O. 12989).
(xx) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022).
(xxi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).
(xxii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xxiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).
(xxiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxv) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40.
(xxvi) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.).
(xxvii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) (46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247- 64.
(2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.211-6Brand Name or Equal.
Brand Name or Equal (Aug 1999)
(a)If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government¿s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b)To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation.
(2) Clearly identify the item by-
(i)Brand name, if any; and
(ii)Make or model number.
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c)The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d)Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
Written, signed quotes on company letterhead with contact information are due no later than insert June 18,2025 and 1200 hours MT by email to llaughbon@usbr.gov. Include the solicitation Number 140R4025Q0053 on all correspondence. For information regarding this RFQ, please contact Lisa Laughbon (llaughbon@usbr.gov)