Repair of Hydrocarbon Monitors (technician on-site) plus parts (Inov8 Transducer and Light Source)
ID: W9127N25RA017Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    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.
    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.
    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.
    Gavins Point Hydro-Optic (HOD) Ultraviolet (UV) Systems Maintenance Services
    Buyer not available
    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.
    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.
    Intent to Sole Source - Calibration of Soils Laboratory Testing Equipment
    Buyer not available
    The U.S. Army Corps of Engineers, New Orleans District, intends to award a sole-source contract for the calibration of soils laboratory testing equipment to CAL-CERT Co., the only authorized provider of these specialized services. This procurement is critical for maintaining the accuracy and reliability of geotechnical laboratory testing, which is essential for various engineering and construction projects. The contract is expected to be awarded under FAR 13.106-1(b)(1)(i), with an anticipated completion date around March 28, 2025. Interested parties must submit their capability documentation to Contract Specialist Taylor H. Brandon via email by March 19, 2025, at 11:00 AM Central Time to be considered for this opportunity.
    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.
    Garibaldi and Depoe Bay Pipeline 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is seeking contractors for the Garibaldi and Depoe Bay Pipeline 2025 project in Oregon. This presolicitation opportunity is a total small business set-aside under FAR 19.5, focusing on the construction of dredging facilities, categorized under NAICS code 237990. The project is significant for enhancing infrastructure and ensuring efficient waterway management in the region. Interested parties can reach out to Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    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.
    LTC Renewal to Oeco (02101)
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is initiating a sole-source solicitation for the renewal of a Long Term Contract (LTC) with Oeco (CAGE: 02101) for the repair and replacement of specific equipment. The procurement includes multiple National Item Identification Numbers (NIINs), specifically for a current regulator and an air generator set, with total repair requirements of 90 units priced at $7,600 each for the regulator and 300 units at $20,935 each for the generator set. This contract is crucial for maintaining operational efficiency and ensuring the availability of essential equipment, as Oeco is the sole source for these parts due to the government's lack of data rights for competitive bidding. Interested parties may submit capability statements via email to Tia Johnson at tia.johnson.civ@us.navy.mil within 45 days of publication, with the procurement process continuing regardless of Source Approval Request (SAR) approvals.