Class Sole Source J&A NWD American Governors
ID: W912EF-25-R-SS36Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) seeks class justification and approval 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. The justification allows for other than full and open competition for a five-year term, estimating total costs at approximately $2.17 million based on prior contracts and anticipated needs. Emerson, which acquired the American Governor Company, is the sole source able to provide essential proprietary services due to its ownership of relevant software and equipment information. Individual approvals for 15 years have led to inefficiencies; thus, a class J&A aims to streamline the procurement process. The authority cited includes FAR regulations allowing non-competitive procurement when only one responsible source exists. Contracting officers emphasize that failure to contract with Emerson could lead to significant risks, including increased costs, compatibility issues, and potential system failures. The urgency of maintaining reliable hydroelectric generator control systems underlines the necessity of this procurement strategy.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to Sole Source and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Overhaul of the Generator, Alternating
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking a contractor for the overhaul of the Alternating Generator, with a presolicitation notice issued under solicitation number W58RGZ-26-R-0003. The contractor will be responsible for providing all necessary services, labor, materials, and equipment to overhaul a minimum of 35 to a maximum of 210 units of the specified generator, which is classified as a commercial item under NAICS code 335312. This procurement is restricted to Honeywell International, Inc., the only approved source with the requisite technical data, and the contract will be a Firm Fixed-Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their capability statements to the contracting officer, Edward Peterson, at edward.a.peterson4.civ@army.mil, by the closing date, which is 15 days after the posting date of December 16, 2025. The procurement is currently unfunded, and award will be contingent upon the availability of funds.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    J&A Siemens Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Notice of Intent to Award Sole Source
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Environmental Management Consolidated Business Center (EMCBC), intends to award a sole source contract to Environmental Systems Research Institute, Inc. (ESRI) for proprietary software and services. This contract will cover a 12-month subscription that includes maintenance for ArcGIS Enterprise Standard, ArcGIS Enterprise Professional Plus User Type, and ArcGIS Pro Extensions, which are critical for the DOE's environmental management operations. The acquisition is justified under FAR 6.302-1, as ESRI is deemed the only responsible source for these specialized services. Interested parties may submit responses regarding the feasibility of future competitive procurements via email to Rudi Sotlar at rudi.sotlar@emcbc.doe.gov by December 23, 2025, at 5:00 PM ET, as no solicitation will be publicly posted.
    29--GOVERNOR,GASOLINE E
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of the Governor, Gasoline E (NSN 2910011923965). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of four units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's DIBBS platform.
    J&A Sole Source for Membership to HRI
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, intends to negotiate a sole source contract with the Hydropower Research Institute (HRI) for membership that will facilitate the storage and aggregation of hydropower operation data for U.S. Army Corps of Engineers (USACE) powerplants. This membership is crucial for enhancing the management and operational efficiency of hydropower resources, allowing for better data utilization in decision-making processes. The contract will be executed in Mobile, Alabama, and interested parties can reach out to Joan Rensink at joan.a.rensink@usace.army.mil or by phone at 251-441-6172 for further inquiries.