Nickajack Lock & Chickamauga Lock Remote Switch Operators
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Nashville District, is seeking to procure two remote switch operators from CBS ArcSafe Inc. through a sole-source contract, classified under limited competition due to the necessity for brand-name compatibility. This procurement is critical for maintaining safety and operational reliability at Nickajack Lock and Chickamauga Lock, as using non-brand equipment could lead to significant training delays and safety risks for personnel involved in electrical tasks. The estimated performance period for this Firm Fixed-Price Supply contract is 120 days, and interested parties can reach out to Diana Namara at diana.l.namara@usace.army.mil or by phone at 615-736-5603 for further details.

Point(s) of Contact
Files
Title
Posted
The U.S. Army Corps of Engineers, Nashville District, has issued a determination for a sole-source procurement of two remote switch operators from CBS ArcSafe Inc. This action, classified under limited competition, aims to address a new requirement for remote switch operators to be used at Nickajack Lock and Chickamauga Lock. The procurement will follow a Firm Fixed-Price Supply contract and is necessary for maintaining safety and compatibility with existing systems. The total acquisition value remains unspecified. The urgency of the need and the requirement for brand-name compatibility underscore the decision, as using non-brand equipment could result in significant training delays, operational issues, and compromised safety for personnel involved in electrical tasks. The estimated period for performance is 120 days, and the decision is justified under applicable FAR authorities that permit sole sourcing when only one viable source is available. This procurement exemplifies the Corps' commitment to operational safety and system reliability.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
61--CONTROL,REMOTE SWIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 47 units of the CONTROL, REMOTE SWITCH (NSN 6110014702888). This solicitation is a Total Small Business Set-Aside, aimed at sourcing equipment classified under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are critical for electric wire and power distribution equipment, underscoring their importance in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 270 days after award, with the solicitation available online for review.
CB SAFETY DEV GEN 2
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of circuit breakers under the title "CB SAFETY DEV GEN 2." This opportunity is a total small business set-aside and involves the manufacturing of switchgear and switchboard apparatus, with specific requirements for item unique identification, inspection, and acceptance processes. The goods are critical for ensuring the operational safety and reliability of naval systems. Interested vendors should direct inquiries to Kelly L. Slagle via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, and proposals must be submitted by the specified deadline, with pricing valid for 60 days post-quotation submission.
Liebherr Crane Block
Buyer not available
The U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of a Liebherr crane block under solicitation number W912EQ25QA006. This requirement is designated as a total small business set-aside, and the associated NAICS code is 333923, which pertains to Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. The crane block is essential for various operations within the Army Corps, highlighting its importance in supporting military logistics and infrastructure. Interested vendors must submit their quotations via email to Tommye Sepulveda by April 23, 2025, at 10:00 AM CST, and should account for any fees related to payment via government credit card. For further inquiries, vendors can contact Kirk Middleton or Tommye Sepulveda directly.
Chickamauga Lock Replacement Approach Wall and Decommissioning
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves a firm fixed-price construction contract aimed at building new approach walls, decommissioning the existing lock, and conducting site restoration activities, with an estimated project cost ranging between $250 million and $500 million. The project is critical for enhancing regional infrastructure and operational capabilities, ensuring compliance with federal regulations, and promoting safety measures during construction. Interested contractors must submit their proposals electronically by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil.
59--SWITCH
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of switchgear and switchboard apparatus under the title "59--SWITCH." This contract involves the supply of items that require unique identification and valuation, with specific inspection and acceptance criteria outlined for fixed-price contracts. The goods are critical for military operations, ensuring reliable electrical control and distribution systems. Interested vendors should contact Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL for further details, and note that pricing for quotations is valid for 60 days post-closing date.
PRESOLICITATION SYNOPSIS - Pickwick Lock Sector Gear Fabrication
Buyer not available
Presolicitation Synopsis - Pickwick Lock Sector Gear Fabrication: The Department of Defense, specifically the Department of the Army, is planning to procure the fabrication and delivery of one set of replacement components for the lower miter gate operating machinery at Pickwick Lock in Counce, TN. This service is typically used for maintaining and operating the lock system. The solicitation announcement will include the specifications and is expected to be posted at a later date. The delivery of the components is required within 365 calendar days after contract award. This procurement falls under the Total Small Business Set-Aside category, with a NAICS code of 333612 and a size standard of 750 employees.
Brand Name Mandatory - Littelfuse, Inc. - Disconnect Switches
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the procurement of 1500V DC 500A Disconnect Switches, specifically the Littelfuse part number LS7RO5002PS00L, under a total small business set-aside. This requirement emphasizes the need for brand-name mandatory products to ensure compatibility and efficiency in electrical infrastructure operations, with a total of 150 units needed over a performance period from April 18, 2025, to April 17, 2028. Interested vendors must submit their quotes via email by April 11, 2025, and are required to be registered in the System for Award Management (SAM) to be eligible for award consideration. For further inquiries, vendors can contact Chuck Chase at charles.e.chase23.civ@us.navy.mil or by phone at 207-994-4612.
59--SWITCH
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of switchgear and switchboard apparatus under the title "59--SWITCH." This procurement involves the supply of items that require unique identification and valuation, along with compliance with various inspection and acceptance standards, including fixed-price contracts and specific quality assurance measures. The goods are critical for military operations, ensuring reliable electrical control and distribution systems. Interested vendors should direct inquiries to Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
59--SWITCH
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of switchgear and switchboard apparatus under the title "59--SWITCH." This contract involves the supply of items that require unique identification and valuation, along with adherence to strict inspection and acceptance criteria, ensuring compliance with military specifications and quality assurance standards. The goods are critical for maintaining operational readiness and safety within naval operations. Interested vendors should direct inquiries to Peter Masters at 717-605-6449 or via email at PETER.MASTERS@NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and control cabling, as well as updates to the lock operations interlock system to ensure compliance with current standards. The initiative is crucial for enhancing the operational efficiency and safety of the dam's infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals electronically by April 21, 2025, and can contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further information.