Gavins Point Hydro-Optic (HOD) Ultraviolet (UV) Systems Maintenance Services
ID: W9128F25QA007Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINTENANCE OF DAMS (Z1KA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers - Omaha District, intends to issue a Firm-Fixed Price purchase order for maintenance services on the Gavins Point Hydro-Optic Ultraviolet (UV) Systems located in Crofton, Nebraska. The contract will involve semi-annual maintenance of two UV light systems to control zebra mussel infestation in the raw water unit cooling system, with the work being performed exclusively by Atlantium Technologies LTD due to proprietary rights. This non-competitive acquisition is justified under 10 U.S.C 2304(c)(1) and FAR 13.106-1(b), as only one source is deemed reasonably available for this requirement. Interested parties must submit any evidence of capability by 2 PM CDT on March 26, 2025, to Marc Proietto at marc.proietto@usace.army.mil, as no solicitation will be posted and the government will proceed with the award if no competitive responses are received.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    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.
    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.
    SOLE SOURCE – HELIOS G4 MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to establish a sole source maintenance agreement for the Helios G4 UX Scanning Electron Microscope with FEI Company. This procurement is essential for ensuring the operational readiness and maintenance of critical electronic and precision equipment, reflecting the government's commitment to maintaining high standards in laboratory operations. The contract, identified by solicitation number N00164-25-Q-0576, is structured as a firm-fixed price agreement, with a service period from April 7, 2025, to April 6, 2026, and offers must be submitted by March 20, 2025, at 3:00 PM Eastern Time. Interested vendors can contact Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to participate.
    Intent to Sole Source - The Dalles Dam Fine Water Mist System
    Buyer not available
    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.
    J046--Laboratory Water Purification System PM
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking vendors capable of providing preventive maintenance services for two Laboratory Water Purification Systems located at the Hampton VA Medical Center in Virginia. This opportunity is part of market research and aims to identify qualified vendors who can deliver all necessary labor, tools, equipment, and expertise for the maintenance of these systems, which are critical for ensuring the quality of water used in laboratory settings. The contract is set to commence on April 1, 2025, and will run through March 31, 2026, with the possibility of four one-year renewal options extending through February 2030. Interested parties must submit their responses via email to Contracting Officer James Risbon by March 17, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    J065--Sun Nuclear Equipment Maintenance for Clement J. Zablocki VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole source contract with Sun Nuclear Corporation for maintenance and support services for specialized radiation measurement devices at the Clement J. Zablocki VA Medical Center. The procurement aims to secure Sun Services Premier Support for essential quality assurance devices, including the ArcCheck Radiation Counter, Daily QA, SRS MapCheck, and IC Profiler QC devices, which are critical for operational efficiency and compliance within the VA Medical Facility. This acquisition will be conducted as a firm fixed price contract for one base year with four option years, and interested firms must submit written evidence of their capability to meet the requirements to the contracting officer, Joni Dorr, by March 18, 2025, at 10:00 AM Central Time. No solicitation documents are available, and responses will be evaluated at the government's discretion.
    J065--Intent to Sole Source OR Stryker Neptune Waste Management Service VISN
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Stryker for the provision of comprehensive support and maintenance services for the Stryker Neptune Rover and Docking System, which is critical for waste management in operating rooms across various VISN 23 facilities. This contract encompasses all necessary equipment, materials, labor, and expertise for training, technical support, preventive and corrective maintenance, and repairs, ensuring safe and efficient management of surgical waste while protecting staff from exposure. The procurement aligns with FAR 6.302-1, permitting sole-source contracting due to Stryker being the exclusive provider of these systems, with responses due by March 20, 2024, at 4:00 PM CST. Interested vendors may submit capability statements and supporting evidence to Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov for consideration.
    J046--Laboratory, Water Purification System PM Service
    Buyer not available
    The Department of Veterans Affairs is seeking vendors capable of providing preventive maintenance services for a Laboratory Water Purification System located at the North Battlefield VA Outpatient Clinic in Chesapeake, Virginia. The procurement aims to ensure that all necessary labor, tools, equipment, and expertise are available to maintain the system effectively, with a contract period starting from April 1, 2025, and extending through four optional one-year renewals until February 2030. This opportunity is particularly significant as it prioritizes responses from verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), in compliance with federal regulations. Interested parties must submit their responses by March 17, 2025, at 9:00 AM EST, and can contact Contracting Officer James Risbon at james.risbon@va.gov or by phone at 757-728-7128 for further information.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.