Intent to Sole Source - The Dalles Dam Fine Water Mist System
ID: W9127N25Q15GYType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, intends to negotiate a sole source contract with Siemens Industry, Inc. for the repair, testing, and re-certification of the Fine Water Mist System at The Dalles Dam in Dallesport, Washington. This procurement is critical to ensure the operational integrity of the fire protection system that safeguards oil rooms and transformer vaults, which have faced maintenance issues leading to OSHA complaints. The government plans to solicit Siemens directly around April 5, 2025, and interested parties are encouraged to submit capability statements to the designated contacts, John Scukanec and Suzanne Hunt, by the response deadline of March 27, 2025.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    John Day Dam - ODJ Thrust Bearing Oil Cooler Overhaul
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is soliciting quotes for the rehabilitation of thrust bearing oil cooler sets at the John Day Dam in Oregon. This procurement involves the overhaul of three finned heat exchangers used to cool oil in General Electric turbine generators, which are critical for maintaining efficient hydroelectric power generation. The project is set aside for small businesses under NAICS Code 332410, with a firm fixed price arrangement and delivery timelines ranging from 90 to 360 days post-award. Interested parties must submit their quotes by 2:00 PM PST on March 27, 2025, to John Scukanec at john.r.scukanec@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Notice of Intent to Sole Source to Rosemount Inc. - Rosemount temperature monitoring equipmen
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Portland District, intends to negotiate a sole source contract with Rosemount, Inc. for the procurement of specialized temperature monitoring equipment, specifically Rosemount RTD sensor/transmitter assemblies and a Rosemount 3144P Temperature Transmitter. This equipment is critical for monitoring water temperature at the Bonneville Lock and Dam to ensure compliance with National Pollutant Discharge Elimination System (NPDES) permits issued by the EPA and the states of Washington and Oregon. The use of Rosemount equipment is mandated due to its unique capabilities and the necessity for high accuracy in continuous temperature monitoring, which is essential for maintaining compliance with environmental regulations. Interested parties may submit capability statements to Consuelo Kiser at consuelo.j.kiser@usace.army.mil by March 21, 2025, as the government plans to proceed with the award around March 31, 2025.
    Repair of Hydrocarbon Monitors (technician on-site) plus parts (Inov8 Transducer and Light Source)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole source contract for the repair of hydrocarbon monitors at the John Day Lock and Dam in Rufus, Oregon. This procurement includes the provision of Inov8-GPS-TR-001 GPS transducers and Inov8-GPS-LA-001 GPS light sources, along with an on-site technician to perform repairs and maintenance for three days, with an option for an additional day. The equipment is critical for water purification and sewage treatment operations, ensuring the functionality and reliability of essential monitoring systems. Interested parties must submit their capability statements and relevant information to Jonathan MacAdam via email by 2:00 PM Pacific Time on March 27, 2025, as no competitive proposals will be solicited.
    Source Sought - LLA Fish Pump - MCC and Electrical Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking expressions of interest from both large and small businesses for the LLA Fish Pump - MCC and Electrical Upgrades project. This Sources Sought Synopsis aims to assess market capabilities for the rehabilitation of fish pumps at the Lower Granite Lock and Dam, which includes the redesign of rewinds and bearings, as well as the procurement and installation of new Motor Control Centers (MCCs) with modernized control systems. The project is crucial for enhancing the reliability and performance of fish passage systems, reflecting the government's commitment to infrastructure and environmental stewardship. Interested firms must submit a capabilities package by April 7, 2025, to Zachary Newby at zachary.s.newby@usace.army.mil, and must be registered in the System for Award Management (SAM) to participate.
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
    Ice Harbor Dam Intake Gate Hydraulic System Upgrades
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project in Burbank, Washington. This project aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam, including the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, while also removing outdated equipment and rehabilitating existing facilities. The contract, estimated to cost between $10 million and $25 million, emphasizes compliance with safety regulations and environmental protection, with a bid submission deadline of April 10, 2025, at 5:00 PM. Interested bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206 for further information.
    Notice of Intent to Sole Source - Switchgear Replacement Effort
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Arnold Air Force Base in Tennessee, intends to issue a sole-source Indefinite Delivery Contract (IDC) for the replacement of aging switchgear systems with iso-phase Gas-Insulated Switchgear (GIS) from Siemens Industry Inc. This procurement aims to modernize electrical utility systems that date back to the 1950s and 1960s, enhancing safety and operational efficiency while supporting critical research, development, test, and evaluation missions at the Arnold Engineering Development Complex (AEDC). The anticipated award date for this contract is May 5, 2025, with a call for capabilities statements from other responsible sources open until March 20, 2025. Interested parties may contact Greggory Jones at greggory.jones.4@us.af.mil or by phone at 931-454-6372 for further information.
    Notice of Intent to Sole Source -Duluth DL Billmaier and Lufkin Repairs
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, intends to award a sole source contract for repairs to the DL Billmaier and Lufkin equipment in Duluth, Minnesota, to National Maintenance & Repair of Kentucky, Inc. The procurement involves completing the remaining 50% of work on the Electro Motive Diesel (EMD) and Lufkin Transmission, which includes extensive service tasks such as replacing layshafts, bearings, and conducting inspections, as well as overseeing a sea trial to verify successful repairs. This contract is critical for maintaining operational readiness of marine equipment, and interested parties capable of providing equivalent products must submit their interest and supporting documentation by March 27, 2025, at 2:00 PM (EST) to the designated contacts.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    Fabrication and Delivery of Bronze Lantern Rings for Bonneville Lock and Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Portland District, is soliciting quotes for the fabrication and delivery of Bronze Lantern Rings for Powerhouse 1 at the Bonneville Lock and Dam in Cascade Locks, Oregon. The procurement requires the supply of five plates of C93200 Tin Bronze, measuring 12" x 36" x 2", along with 20 units processed by water jetting according to specific engineering drawings. These lantern rings are critical components for maintaining the structural integrity and functionality of the dam's infrastructure, ensuring compliance with federal safety standards. Interested vendors must register with the System for Award Management (SAM) and submit their proposals by March 19, 2025, to Jonathan MacAdam at jonathan.g.macadam@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil.