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
    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
    Similar Opportunities
    SOLE SOURCE –ELECTRIC LOAD HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the PSC code 3950, which encompasses winches, hoists, cranes, and derricks, indicating the need for specialized equipment essential for military operations. The Electric Load Hoist is critical for various lifting and handling tasks within naval operations, ensuring efficiency and safety in equipment management. Interested vendors can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil or call 812-227-9645 for further details regarding this opportunity.
    USS COLE (DDG-67) SHORE POWER RECEPTACLE CABLES
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources to provide new shore power receptacle cables for the USS COLE (DDG-67). The procurement is aimed at acquiring materials necessary for the repair of a shore power cable, as detailed in the attached Statement of Work (SOW), with a strict requirement that all parts must be new, as refurbished or used parts will not be accepted. This opportunity is critical for maintaining the operational readiness of naval vessels, ensuring they have reliable power sources while docked. Interested parties should note that this is a Total Small Business Set-Aside, and they can reach out to Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil for further inquiries. The solicitation number is N5005426Q0049, and it will be posted on the System for Award Management and Procurement Integrated Enterprise Environment platforms.
    SOLE SOURCE – Backstop Clutches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure backstop clutches under a sole source justification. This procurement is categorized under rigging and rigging gear, indicating the importance of these components in various defense applications. The opportunity highlights the necessity for specialized equipment that is critical for operational efficiency and safety in military operations. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this procurement.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    16--NRP,DC SWITCH ASSY - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a switch assembly and other replacement parts, designated as a sole source requirement to General Atomics. The items are critical for a shipboard system that enables the launch and recovery of aircraft, emphasizing the importance of using correct and defect-free materials to prevent serious operational failures. Interested contractors should note that all proposals must comply with the terms of the Basic Ordering Agreement N00383-23-G-SX01, and they can reach out to Michael Dickens at 215-697-4516 or via email at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL for further inquiries. The solicitation is currently open, and all contractual documents will be considered issued upon transmission by the government.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    59--SWITCH,ROTARY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of rotary switches under the solicitation titled "59--SWITCH,ROTARY." The requirement includes a total of 14 units of National Stock Number (NSN) 5930005783109, with an estimated contract term of one year or until the total orders reach $350,000, and a guaranteed minimum quantity of 2 units. These switches are critical components used in various electrical and electronic equipment, and the items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Cable Assembly, SPEC
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.
    SOLE SOURCE – ELECTRIC LOAD HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a sole source Electric Load Hoist. This procurement is justified under the notice type "Justification" and falls under the PSC code 1440, which pertains to launchers for guided missiles. The Electric Load Hoist is critical for operations involving guided missile systems, ensuring efficient handling and deployment. Interested parties can reach out to Dustin Spicer at dustin.l.spicer.civ@us.navy.mil for further details regarding this opportunity.
    SWITCH,SELECT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is soliciting proposals for the procurement of SWITCH,SELECT, which falls under the NAICS code 335313 for Switchgear and Switchboard Apparatus Manufacturing. The procurement aims to fulfill specific requirements for manufacturing and quality assurance related to the SWITCH,SELECT item, which is critical for military applications, particularly in submarine and surface ship systems. Interested vendors should note that the RFQ due date has been extended to January 22, 2026, and are encouraged to contact Brian Stevens at 717-550-3158 or via email at BRIAN.STEVENS@DLA.MIL for further details regarding submission and compliance requirements.