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
    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
    Similar Opportunities
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, under the Department of Defense, is soliciting proposals for the procurement of a Standby Emergency Diesel Generator to be delivered to Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for maintaining operational readiness and ensuring compliance with environmental regulations. Interested contractors must submit their quotes by October 7, 2024, at 10:00 AM Pacific Time, and should contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil for further information.
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.
    M/V Jadwin Straight Universal Couplings and Pipeline Quick Connects
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY intends to procure M/V Jadwin Straight Universal Couplings and Pipeline Quick Connects. These items are typically used for the maintenance, repair, and rebuilding of ship and marine equipment. The procurement will be a sole source purchase order awarded to Dredge Constructors. The order includes 6 each Straight Universal Coupling, 32 inches, also known as 32" Pipeline Quick Connects, as well as VL 900 pump parts for the main pump. Interested parties may submit a capabilities statement by 12:00PM CST on 13 November 2023. The place of performance is Vicksburg, MS, with a zip code of 39180, in the United States. For more information, contact Jeff Smith-Lyon at jeffrey.l.smith-lyon@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil.
    DWA TGB Pumps and Heat Exchangers
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to supply pumps and heat exchangers for the Dworshak Project located in Ahsahka, Idaho. The procurement includes the delivery of three heat exchangers for main units 1 and 2, two for unit 3, along with various pumps, all of which must meet specified performance and construction standards without modifications. This equipment is crucial for the operational effectiveness of federal projects, ensuring reliable performance in dam operations. Interested bidders must submit their proposals by the new deadline of October 9, 2024, at 1 PM, and should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further inquiries.
    PUMP STATION MODIFICATIONS AT WOOD RIVER LEVEE DISTRICT
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking businesses for the installation of a new 49 cfs pump and replacement of an existing 1 cfs pump at the Wood River and Hawthorne pump stations in Madison County, Illinois. The pumps will be used for the Wood River Levee District to improve water management and flood control.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    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.
    Empyrean XRD and Epsilon 4 XRF Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), is seeking to award a Firm Fixed Price contract for annual service and maintenance of the Empyrean X-ray Diffractometer and Epsilon X-ray Fluorescence equipment, which are critical for geotechnical and structural laboratory operations in Vicksburg, Mississippi. The procurement requires comprehensive support services, including hardware and software phone and remote support, annual preventative maintenance, corrective maintenance, spare parts coverage, and emergency support, all of which must be performed by the original equipment manufacturer, Malvern Panalytical, to ensure compliance with warranty conditions. This sole source acquisition is justified due to the proprietary nature of the technology involved, which limits competition and necessitates specialized service capabilities. Interested vendors may submit capability statements to Jon-Vincent Holden and David Ammermann by 1:00 PM CST on October 2, 2024, for consideration in determining whether to conduct a competitive procurement.
    Notice of Intent to award sole source delivery order - Trimble Products
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Farm Production and Conservation (FPAC) Business Center, intends to award a sole source delivery order to Trimble, Inc. for the procurement of Trimble products, which include necessary warranty and repair services, as well as a trade-in of existing government-owned equipment. This procurement is critical for ensuring interoperability with existing Trimble equipment utilized by the Natural Resources Conservation Service (NRCS) in Iowa, as Trimble is the only provider that meets the specific requirements outlined in the Federal Acquisition Regulations (FAR). The estimated total value of this procurement is $1,367,849, and interested parties may submit capability statements to the primary contacts, Eugene Jackson and Andrew Sawyer, by September 30, 2024, at 10:00 PM Eastern Time (ET).
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Sole Source Justification and Approval (J&A) - UMRB (NDSU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a sole source contract to North Dakota State University (NDSU) for the establishment of a monitoring network focused on soil moisture and snowpack across the Upper Missouri River Basin (UMRB). This initiative, mandated by Congress following the 2011 floods, aims to enhance weather forecasting and water management through the deployment of specialized monitoring stations, leveraging NDSU's unique capabilities and existing infrastructure. The contract is critical for improving river forecasts, drought monitoring, and resource management, ensuring consistent and reliable data for federal and state programs. Interested parties can reach out to Mika N. Mahyenga at mika.n.mahyenga@usace.army.mil or 402-293-6011 for further information.