INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
ID: W912EK24FSTECHType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

MODIFICATION OF EQUIPMENT- PUMPS AND COMPRESSORS (K043)
Timeline
  1. 1
    Posted Sep 22, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 22, 2024, 12:00 AM UTC
  3. 3
    Due Sep 26, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
W519TC-25-Q-2251 Goulds Pump Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the procurement of Goulds Pumps to support operations at the Rock Island Arsenal – Joint Manufacturing and Technology Center. This opportunity is a Sole Source solicitation directed to Bornquist Inc., with the contract structured as a Firm Fixed Price (FFP) purchase order, emphasizing the need for comprehensive cost proposals that include delivery to the Arsenal. The procurement is critical for maintaining operational efficiency and reliability in military applications, with proposals due by April 24, 2025. Interested parties can reach out to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Cathy K. Mendoza at cathy.k.mendoza.civ@army.mil for further information.
Allen Bradley PLC Upgrade - Big Cliff Dam
Buyer not available
The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a single-source contract for the procurement of Allen Bradley non-ITAS electric components, specifically to North Coast Electric Company located in Portland, Oregon. This acquisition is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 13.106-1(b)(1), which allows for non-competitive purchases not exceeding the simplified acquisition threshold. The components are crucial for maintaining and upgrading electrical systems at the Big Cliff Dam, ensuring operational efficiency and reliability. Interested parties must submit a capability statement demonstrating their ability to meet the government's requirements by 10:30 AM Pacific Time on April 28, 2025, as no solicitation will be posted and oral communications will not be accepted.
LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Notice of Intent for Brand Name Products
Buyer not available
The U.S. Army Corps of Engineers, St. Louis District, is seeking Justification and Approval (JandA) for the acquisition of brand name products necessary for the construction of a new 1,200 ft Lock at Lock and Dam 25 in Winfield, Missouri. The procurement specifically involves Rockwell Automation's Allen-Bradley industrial control products, which are essential for ensuring compatibility with existing systems at Lock and Dam facilities, thereby minimizing operational discrepancies and optimizing cost-effectiveness. This notice is not a request for competitive quotes, and interested parties should direct inquiries to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further information.
Intent to Sole Source Online Access to KNOVEL Collections by Elsevier
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure online access to the KNOVEL collections provided by Elsevier Inc. on a sole source basis, as outlined in the Special Notice. This procurement is necessary to support various engineering and scientific fields, including but not limited to Biochemistry, Civil Engineering, and Environmental Engineering, which are critical for addressing contemporary challenges in technology and development. Interested small-business firms that believe they can meet the requirements are encouraged to submit a capability statement to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil by November 22, 2024, at 12:00 PM CT. Please note that this notice is not a request for competitive quotes, and the government will not reimburse any costs associated with the submission of capability statements.
W91237-25-Q-A012; 95hp Submersible Pumps for The Light Capacity Fleet
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the provision of 95 horsepower submersible pumps intended for The Light Capacity Fleet. Contractors are required to deliver these pumps in accordance with the detailed Statement of Work outlined in the solicitation. These pumps are crucial for various military operations, ensuring efficient fluid management in diverse environments. Interested vendors should refer to the solicitation and all related documents available via the PIEE system, and may contact Lillie Bodie at lillie.v.bodie@usace.army.mil or 304-399-5139 for further inquiries. This opportunity is set aside for small businesses under the SBA guidelines.
Dewatering Pump, Control Panel, Discharge Pipe & Fittings
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Nashville District, is seeking qualified small businesses to provide dewatering pumps, control panels, discharge pipes, and fittings under a Total Small Business Set-Aside contract. The procurement aims to secure a Firm-Fixed Price contract for the delivery of these supplies, which are essential for effective water management in various engineering projects. The contract completion date is set for September 30, 2025, with quotes due by May 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM). For inquiries, vendors can contact Bradley Eiras at bradley.m.eiras@usace.army.mil or Dani Bautch at samantha.d.bautch@usace.army.mil.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Notice of Intent to Sole Source Frac Tank Rental to Recon Remediation & Construction Services
Buyer not available
The U.S. Army Corps of Engineers, Portland District, intends to award a sole-source contract to Recon Remediation & Construction Services for the rental of an Oil Frac Tank with spill containment. This procurement is being conducted under the authority of 15 USC § 657f and FAR 19.1406, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The equipment is crucial for operations requiring spill containment solutions, emphasizing the importance of compliance with environmental regulations. Interested parties are invited to submit capability statements and proposals to the contracting officer, Darrell Hutchens, via email at darrell.d.hutchens@usace.army.mil, by 11:00 AM Pacific Time on May 28, 2025, as no formal solicitation will be posted.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
Buyer not available
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
Pumping Assembly, Water
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified small businesses to provide a Pumping Assembly, Water, under a presolicitation notice. The procurement involves a basic quantity of 18 units of the Water Pumping Assembly (125 GPM), identified by NSN 4320-01-700-3455 and Government Part Number M52109-2-2, with an option for an additional 18 units. This equipment is critical for military operations, adhering to specific military standards (MIL-PRF-52109J) and requiring First Article Test (FAT) compliance. Interested vendors should contact Donald Merkle at donald.merkle@dla.mil or call 586-335-8436 for further details, with the solicitation expected to be posted on SAM in approximately two weeks.