Supervisory Control and Data Acquisition (SCADA) System for Central and Southern Florida Operations and Maintenance S-77 Replace Spillway Gate Machinery and Remote Operation, Glades County, Florida, Notice of Intent
ID: CESAJ-CT-25-1Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to solicit a sole source contract for the procurement of a Supervisory Control and Data Acquisition (SCADA) system for the Central and Southern Florida Operations and Maintenance S-77, which includes replacing spillway gate machinery and enabling remote operation in Glades County, Florida. The procurement focuses on highly specialized brand name components and related software/maintenance that will allow the South Florida Management District (SFWMD) to remotely operate critical environmental restoration and flood control structures, particularly during severe storm events when travel is hazardous. This SCADA system is vital for ensuring life safety by managing flooding through the operation of various gates and pumps, directly impacting the safety of individuals in the SFWMD area. Interested parties are encouraged to submit inquiries within 10 days of this notice to Isis Hill at isis.s.hill@usace.army.mil, as this notice serves as a market research tool to assess the availability of qualified sources.

    Files
    No associated files provided.
    Similar Opportunities
    Class Sole Source J&A NWD American Governors
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to procure services from Emerson Electric Company for on-site commissioning, programming, training, and troubleshooting of American Governor-brand governors across its four Northwestern Division districts. This procurement is justified as a sole source contract due to Emerson's ownership of proprietary software and equipment information, which is essential for maintaining reliable hydroelectric generator control systems. The total estimated cost for this five-year contract is approximately $2.17 million, and the urgency of this procurement is underscored by the risks associated with potential system failures and increased costs if alternative sources were pursued. Interested parties can contact Sara Edwards at sara.edwards@usace.army.mil or Dustin J. Smith at dustin.j.smith@usace.army.mil for further information.
    Notice of Intent - Sole Source - AFD Governors Pump & Motor Remanufacture
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Seattle District, intends to issue a Firm-Fixed Price contract for the remanufacture and testing of a Woodward XX pump with a 60 HP Westinghouse motor for the Unit 3 governor system at Albeni Falls Dam in Idaho. The procurement involves comprehensive maintenance tasks, including disassembly, cleaning, replacement of parts, and testing to ensure compliance with original equipment manufacturer (OEM) specifications, with an estimated cost of $37,105. This pump is critical to the hydroelectric system's operation, and the urgency for repairs is underscored by the potential impact of pump failure on power generation. Interested parties must direct inquiries and responses to Brantley Dowell at brantley.w.dowell@usace.army.mil, as this is a sole source action and no solicitation will be posted.
    48--E27 LDCA COMPONENT REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, intends to negotiate a sole-source contract for the replacement of LDCA components, specifically the procurement and installation of SlipMeter components manufactured by Rubicon Systems America Inc. This procurement is critical for the Multi-Species Conservation Program (MSCP) and is necessary for maintaining effective water supply and irrigation systems. The anticipated award date for this contract is August 15, 2025, and interested parties must submit their qualifications and capability statements by July 24, 2025, to Harris Abellon at habellon@usbr.gov, referencing solicitation number 140R3025Q0092.
    Notice of Intent to Sole Source to Scully Signal Company
    Buyer not available
    The Department of Defense, specifically the Marine Corps Base Quantico, intends to award a sole source contract to Scully Signal Company for the removal and installation of two dual level overfill protection systems. This procurement is critical for enhancing the safety of fuel farm operations by preventing overfilling of fuel trucks and ensuring secure fuel system management. The Scully system is essential for compliance with safety standards in fuel management, and Scully Signal Company is the only identified vendor that meets the government's specific requirements. Interested parties may submit capability statements or quotations by July 14, 2025, to Michael Thompson and Kellie Holley via their respective emails, although the decision to proceed with a competitive procurement remains at the discretion of the government.
    NOTICE OF THE GOVERNMENT'S INTENT TO ISSUE A SOLE SOURCE AWARD CONTRACT FOR CRITICAL PROGRAMABLE LOGIC CONTROLLER SUPPORT SERVICES.
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source award contract to Rockwell Automation, Inc. for Critical Programmable Logic Controller (PLC) Support Services at the Pentagon Reservation and Mark Center. This contract, valued between $3.5 million and $4 million, will provide essential support for upgrading, repairing, and maintaining the Industrial Control System (ICS) for critical and utility distribution systems, including services such as control system design, programming, asset inventory management, and 24/7 product support for Rockwell Automation products. The sole source award is justified due to Rockwell Automation's unique position as the manufacturer, possessing proprietary engineering information necessary for troubleshooting Allen Bradley products. Interested parties may express their interest, but proposals are not invited, and the decision to pursue competition will be at the discretion of the government agency. For further inquiries, interested parties can contact Peter Polizzi at peter.m.polizzi.civ@mail.mil or Andre Bland at andre.r.bland3.civ@mail.mil.
    Notice of Intent to Sole Source - Power Generation and Microgrid project at Fort Sill, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District (USACE), is announcing a Notice of Intent to Sole Source for the construction of a Power Generation and Microgrid project at Fort Sill, Oklahoma. The procurement includes specific sole-source requirements for Schweitzer Engineering Laboratories (SEL) relays, controllers, and networking equipment, as well as Wärtsilä natural gas-fired reciprocating internal combustion engine generators. This project is critical for enhancing energy resilience and operational capabilities at the military installation. Interested parties who believe they can meet these requirements are invited to submit a capability statement to Jacob Pridemore at jacob.s.pridemore@usace.army.mil by 2:00 PM ET on July 11, 2025.
    Cannelton Lock and Dam Lock Interlocks and Dam Encoders Upgrade
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the upgrade of interlocks and dam encoders at the Cannelton Lock and Dam in Indiana. The project aims to enhance operational reliability and compliance with current Inland Marine Transportation System standards by updating existing control systems, replacing outdated hardware, and ensuring adherence to safety and environmental regulations. This initiative is critical for maintaining the efficiency and longevity of the dam's operations while minimizing disruptions during construction. Interested contractors should contact LaDonna Haug at ladonna.j.haug@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further details, and must acknowledge the solicitation amendment prior to the bid submission deadline to ensure compliance with the procurement process.
    59--Notice of Intent to Sole Source E14 Imperial Ponds
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking to award a sole source contract to Biomark LLC for the design and installation of a passive integrated transponder (PIT) tag scanner system at the Imperial National Wildlife Refuge. This system will consist of six constructed backwater ponds and is essential for monitoring the endangered razorback sucker fish, ensuring compatibility with existing tag frequencies and the Biomark web portal for effective data comparison across sites. The anticipated award date is September 1, 2025, with a performance period extending from September 1, 2025, to August 31, 2026. Interested parties may submit capability statements to Colleen Samuels at csamuels@usbr.gov by July 17, 2025, as this is a notice of intent and not a request for competitive proposals.
    Dewatering System Repairs at Walter F. George Lock and Dam, Fort Gaines, GA
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for dewatering system repairs at the Walter F. George Lock and Dam located in Fort Gaines, GA. The project requires contractors to provide comprehensive repair services, including the removal and replacement of various well components, inspection and cleaning of drainage systems, and the development of a systematic dewatering plan to ensure safe maintenance operations at the lock. This procurement is crucial for maintaining the operational integrity of the lock, with an anticipated performance period from Fall 2025 to Winter 2026. Interested contractors must register in the Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which will be available for download at https://piee.eb.mil, and can contact Sophia M. Chin at Sophia.M.Chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further inquiries.
    Grand Prairie Pump Station Inlet Channel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, intends to award a sole source contract to Ozark Dumey JV, LLC for the Grand Prairie Pump Station Inlet Channel project in De Valls Bluff, Arkansas. The procurement involves completing an inlet channel approximately 1,825 feet long, which includes excavation, spoil removal and placement, and erosion control measures to facilitate water delivery to landowners. This project is critical for enhancing water management in the area and falls under the NAICS code 237110, with an estimated contract value between $1 million and $5 million. Interested firms must demonstrate their capabilities by contacting Leo Acevedo at Ozark Dumey JV, LLC via email, as this notice is for informational purposes only and not a request for competitive proposals.