Notice of Intent to Sole Source - GCQ3 Breaker Retrofit
ID: W912EF24Q0083Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

QUALITY CONTROL- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H159)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Walla Walla District, intends to award a sole source contract to Schneider Electric Buildings Critical Systems, Inc. for the supply, testing, commissioning, and shipment of a custom adapter cradle necessary for retrofitting a Square D breaker into an existing Westinghouse brand switchboard breaker cubicle at the Dworshak National Fish Hatchery in Idaho. This procurement is critical as the existing breaker is over 40 years old and requires replacement with minimal operational downtime, necessitating Schneider Electric's unique expertise and proprietary knowledge for successful installation and testing. The project is justified under FAR provisions for sole-source procurement due to the lack of viable alternatives, with an independent government cost estimate required to ensure fair pricing. Interested parties may express their capabilities to Mary Seiner at Mary.L.Seiner@usace.army.mil by 11:00 AM PDT on September 13, 2024.

    Files
    Title
    Posted
    The US Army Corps of Engineers (USACE), Walla Walla District, seeks approval for a sole source contract with Schneider Electric Inc. for the procurement and installation of a custom Retrofill Materials Kit designed to retrofit an existing Square D breaker with a non-Square D switchboard at the Dworshak National Fish Hatchery. The existing breaker is over 40 years old and requires replacement, necessitating minimal downtime for operations. Schneider Electric is the sole provider capable of installing and testing the required equipment due to proprietary information and warranty concerns. Alternatives were considered but deemed unfeasible, as only Schneider Electric possesses the necessary expertise and rights for successful retrofitting. Market research confirms Schneider Electric as the exclusive source for this custom solution, thus ensuring compliance with federal regulations. The project will require an independent government cost estimate to ensure pricing is fair and reasonable, and is justified under specific FAR provisions that allow for sole-source procurement in unique situations. Legal sufficiency and contracting officer approvals have been obtained, solidifying the determination to proceed with this action in the government's best interest.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lower Granite Dam Navlock Switchgear Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking sources for the replacement of the Lower Granite Dam Navlock Switchgear. This procurement involves providing personnel, materials, supplies, equipment, and supervision for the design, manufacture, and delivery of new electrical switchgear, motor control centers, and miscellaneous electrical materials, with installation to be performed by Lower Granite personnel. The switchgear and associated equipment are critical for the operational efficiency of the dam, ensuring reliable power transmission and control. Interested firms are encouraged to submit their qualifications, including past performance and business size, to Alan Inglis at alan.n.inglis@usace.army.mil by the specified deadline, as this is a sources sought notice and not a solicitation.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the 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 ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    J--OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, intends to award a sole source contract to Whitney Equipment Company Inc. (WECI) for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery in Estacada, Oregon. This procurement is necessitated by the warranty requirements of the Flygt pump, which stipulate that only authorized technicians can perform the service, thereby limiting the competition to WECI as the sole authorized servicer. The contract falls under NAICS code 333914, which pertains to the manufacturing of measuring, dispensing, and other pumping equipment, highlighting the critical nature of the services being sought for the hatchery's operations. Interested parties may submit a capability statement by September 20, 2024, to demonstrate their qualifications, although no formal solicitation will be issued, and the government may proceed without competitive bidding if no viable alternatives are presented. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Broken Bow DC Distribution Panelboards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking proposals for the procurement of Broken Bow DC Distribution Panelboards. This opportunity is set aside for small businesses and aims to fulfill the requirements for switchgear and switchboard apparatus manufacturing, which are critical for electrical distribution and power management in military operations. The solicitation has been amended to extend the closing date to October 11, 2024, and interested parties can reach out to Leann Thornton at leann.r.thornton@usace.army.mil or by phone at 580-581-4159 for further information.
    Voith Packing Box Assembly for NPP Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to procure parts for hydropower systems at the Soo Project Office in Sault St. Marie, Michigan, through a sole source contract with Voith Hydropower Inc. This procurement is necessary for the maintenance and operation of hydroelectric power generation facilities, as Voith is the original manufacturer and installer of the systems, making them uniquely qualified to provide the required components. Interested parties who believe they can supply directly compatible equivalent products must submit their capabilities and supporting documentation by September 20, 2024, at 2:00 PM (ET) to the designated contacts, Sally Artz and Michelle Barr, via the provided email addresses.
    59--ARCHER SUBSTATION BREAKER AND SWITCH REPLACEMENT
    Active
    None
    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.
    4120--HVAC Controls- Actuator part & Control Valve Brand Name OEM Schneider Electric
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC control parts, specifically requiring brand name items manufactured by Schneider Electric. The procurement includes 35 electric actuators (M313A01) and 35 three-way control valves (VBBN3A01), with a strict no-refurbished parts clause and a requirement for a Letter of Authorization from Schneider Electric. This initiative is crucial for maintaining operational efficiency and safety standards in the VA's HVAC systems, ensuring quality and consistency in service delivery. Interested parties must submit their quotations by September 19, 2024, at 16:30 PDT, directly to Contracting Officer Derek Crockett at derek.crockett@va.gov.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole source procurement for the Test Teardown and Evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative aims to restore failing power supplies on naval ships, which is critical following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms. The total budget for this procurement is capped at $250,000, with a completion deadline extending up to 12 months post-award, and interested vendors must submit their offers by September 18, 2024, at 4:00 PM Eastern Time to Marty Arvin at marty.arvin2.civ@us.navy.mil.
    61--2300 Volt Switchgear for Hoover Dam
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking proposals for the procurement of 2300 Volt Switchgear for the Hoover Dam, specifically designed to operate government-furnished 150 HP sump pump motors. The project requires the supply and installation of electrical control equipment, including dual 400-amp vacuum contactors, with strict adherence to safety and performance standards. This initiative is crucial for maintaining and upgrading the operational efficiency of the Hoover Dam's infrastructure, ensuring compliance with federal regulations. Interested small businesses must submit their proposals by September 18, 2024, at 10:00 AM PDT, and can direct inquiries to Maxwell Watanga at mwatanga@usbr.gov or by phone at 702-293-8045.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.