Notice of Intent to Sole Source - Bernville Airbrake Switch Install
ID: W912BU-25-R-A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DAMS (Z1KA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Philadelphia District, intends to award a sole source contract to George J Hayden, Inc. for the procurement and installation of a new 15kv ground operated air brake switch in Bernville, Pennsylvania. This emergency requirement arises from the need to replace a damaged unit, with the contractor responsible for providing all necessary equipment, labor, and materials to ensure compliance with specified performance requirements. The urgency of this procurement is underscored by the potential risks associated with service loss and project failure, which could jeopardize property and safety. Interested parties may contact Stephen Kolokithias at Stephen.T.Kolokithias@usace.army.mil or Jamaal A. Edwards at JAMAAL.A.EDWARDS@USACE.ARMY.MIL for further information, noting that this is not a request for competitive proposals.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    59--ARCHER SUBSTATION BREAKER AND SWITCH REPLACEMENT
    Buyer not available
    Special Notice Department of Electrical/Electronic Equipment Components has issued a procurement notice for the replacement of breaker and switch at Archer Substation. This project requires a contractor to provide labor, materials, tools, equipment, transportation, and other resources. The work includes the installation of two 115-kV and thirteen 230-kV disconnect switches, as well as one 115-kV breaker and one 230-kV breaker. The project is located in Laramie County, Wyoming, with a performance period of 280 days after NTP. The estimated order of magnitude is between $500,000 and $1,000,000. The solicitation will be issued as a 100% small business set-aside.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    4 Corners Hydraulic System Replacement for Hannibal Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is soliciting bids for the replacement of the hydraulic system at the Hannibal Locks and Dam. This project falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the repair or alteration of dams as indicated by the PSC code Z2KA. The hydraulic system is critical for the operational efficiency and safety of the locks and dam infrastructure. Interested contractors can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or by phone at 412-395-7157, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details regarding the solicitation process.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    USACE Franklin Slag Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the Franklin Slag Project, a remediation effort aimed at addressing hazardous waste at a site in Philadelphia, Pennsylvania. The project involves the treatment and relocation of approximately 70,000 cubic yards of hazardous recycling slag contaminated with lead and other metals, as well as the excavation of contaminated soils and the removal of concrete foundations, all while ensuring compliance with environmental safety regulations. This initiative is critical for mitigating hazardous waste and protecting community health, with a focus on restoring the site through various environmental safety measures. Interested parties can contact Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil for further details regarding this sources sought notice.
    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.
    3372 CEMVM Key Woods Towboat Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the replacement of the CEMVM Key Woods Towboat. This procurement aims to acquire a new towboat, which is crucial for maintaining operational capabilities in maritime logistics and support. The project falls under the NAICS code 336611, which pertains to Ship Building and Repairing, and is classified under the PSC code 1925 for Special Service Vessels. Interested parties can reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details regarding this opportunity.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    USACE National Hurricane Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking to assess interest and capabilities among firms for the operation and maintenance of the HURREVAC hurricane evacuation management system, which is supported by FEMA. The primary objectives include ensuring real-time tracking and support for emergency management during tropical events, maintaining system performance with a 99% uptime goal during hurricane season, and providing user support for over 35,000 government users. This initiative is crucial for effective emergency management and coordination during hurricanes, emphasizing the importance of input from small businesses and socio-economically diverse entities to enhance competition. Interested parties must submit their company details, capabilities, and relevant past project experience by March 10, 2025, and can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further information.