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.
    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.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Memphis District, intends to award a sole source contract to Seatrax, Inc. for the repair and maintenance of a bank grader unit. This procurement will be executed as a Blanket Purchase Agreement under the authority of FAR 6.302-1, emphasizing the necessity for specialized maintenance services that are critical for operational efficiency. Interested firms are encouraged to demonstrate their capabilities by submitting relevant documentation to the Contract Specialist, Tommye Sepulveda, by 10:00 a.m. Central Time on September 24, 2024. For inquiries, potential bidders can reach out via email at tommye.b.sepulveda@usace.army.mil or by phone at 901-579-3647.
    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.
    59--GE Breaker Repair Services
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide GE Breaker Repair Services for Disconnect Switches at the Parker and Pinnacle Peak Substations. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 335313, which pertains to Switchgear and Switchboard Apparatus Manufacturing. The services are critical for maintaining the operational integrity of electrical distribution systems, ensuring reliability and safety in energy delivery. Interested parties should contact Joshua Griffin at jgriffin@wapa.gov or (602) 605-2607 for further details regarding the solicitation process.
    USCG Intent to Sole Source Mission Critical Crane Spares
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole-source contract to Appleton Marine, Inc. for the procurement of a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. This procurement is essential to enhance maintenance efficiency and reduce downtime, thereby increasing the mission availability of the cutters, as the cranes are uniquely designed to integrate with the NSC's existing systems. The decision to proceed with a sole-source contract is supported by market research confirming that only Appleton Marine can fulfill these specialized requirements, and the procurement is justified under relevant federal regulations. Interested vendors may contact Tiffany D. Thompson at tiffany.d.thompson@uscg.mil or 571-608-5288 for further information, although this notice does not constitute a solicitation for competitive offers.
    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.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.