Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
ID: W911XK26X1AXRType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to Sole Source and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Sources Sought for Project Labor Agreements (PLAs): 9 Mile Pump Station
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the potential use of Project Labor Agreements (PLAs) for the 9 Mile Pump Station project in St. Clair Shores, Michigan. The objective is to gather comments from the construction community regarding the feasibility of PLAs and to assess the local labor market's recent construction history, as the project involves constructing a high-capacity stormwater pump station with an estimated cost between $25 million and $50 million. PLAs are significant for large-scale federal construction projects, as they establish employment terms and conditions, promoting efficiency in procurement. Interested parties should direct their comments and inquiries to Michelle Barr or Lisa May via email, with the anticipated solicitation expected in summer 2026 and a project duration of over 18 months.
    Brand Name Justification and Approval - Sources Sought - SEL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for brand-name Schweitzer Engineering Laboratories (SEL) power system products through a Sources Sought notice. The procurement aims to fulfill requirements for protective relays, computing and logic devices, IRIG clocks, proprietary software, and ancillary devices for use across various hydroelectric operating projects in the Northwestern Division districts, including Walla Walla, Kansas, Omaha, Portland, and Seattle. These products are critical for ensuring the reliability and efficiency of power systems within the Army's hydroelectric facilities. Interested parties can reach out to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280 for further information.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a Sole Source contract to AECOM Technical Services, Inc. for architect-engineer services related to the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing in Wisconsin. The contract will encompass Code and Criteria Review along with an option for Type C services, justified as a logical follow-on to a previous order that AECOM executed, which included Type A and B services for the facility's design. This procurement is critical to ensure continuity and mitigate performance and liability risks associated with transitioning to a new contractor, as AECOM is already familiar with the original designs and specifications. Interested parties may submit their interest and product information by 12:00 PM CST on December 10, 2025, via email to Mark Tonkinson at mark.tonkinson.2@us.af.mil.
    SCADA Aveva Edge software
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to procure the SCADA Aveva Edge software through a sole-source justification from InSource Solutions for a total of $64,000. This software is critical for updating the existing Wonderware InduSoft Web Studio SCADA software, ensuring compliance with cybersecurity requirements, and is essential for the operation of the Dissolved Oxygen Injection System, which plays a vital role in the Savannah Harbor Expansion Project. The procurement is justified under FAR Part 6.302-1 due to the unique brand-name software and its importance in environmental mitigation efforts. Interested parties can reach out to Katherine Nicholson at katherine.d.nicholson@usace.army.mil or Jennifer Ford at jennifer.m.ford@usace.army.mil for further information.
    SOLE SOURCE – HAND CONTROLLER UNITS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure hand controller units via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and that a specific supplier has been identified as the only source capable of fulfilling the requirements. Hand controller units are critical components in various defense applications, ensuring operational effectiveness and reliability. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil for additional details regarding this opportunity.
    SOLE SOURCE – CLEAVERBROOKS BOILER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Cleaver-Brooks boiler through a sole source justification. This procurement is aimed at acquiring industrial boilers, which are critical for various operational needs within the Navy. The justification for this sole source procurement indicates that the Cleaver-Brooks boiler is essential for maintaining operational efficiency and reliability. Interested parties can reach out to Vanessa Evans at vanessa.m.evans7.civ@us.navy.mil for further details regarding this opportunity.
    Motor Vessel Transmissions Overhaul Bettendorf
    Buyer not available
    The United States Army Corps of Engineers (USACE) - Rock Island District is seeking to procure the overhaul of two Reintjes Marine Reduction Gear Transmissions for the Motor Vessel associated with the Mississippi River Project Office. This procurement will be conducted on a sole source basis with Karl Senner LLC, as only one source is deemed reasonably available for the required performance specifications. The selected contractor will be responsible for providing parts and labor for the major overhaul of the specified transmissions, which are critical for the operational efficiency of the vessel. Interested firms that believe they can meet the requirements are invited to submit a capability statement to the Contract Specialist, Carrie Holub, by December 10, 2025, at 2 PM Central Time. For further inquiries, Carrie Holub can be reached via email at carrie.l.holub@usace.army.mil or by phone at 309-794-5667.
    Intent to Sole Source – Major Overhaul of Two Caterpillar 3512B Engines for M/V Bettendorf
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure major overhaul services for two Caterpillar 3512B Marine Propulsion Engines installed on the Motor Vessel (M/V) Bettendorf on a sole source basis to Altorfer Inc. The procurement requires the contractor to provide complete overhaul services, including the use of Genuine Caterpillar parts, full disassembly, inspection, rebuild, installation, alignment, testing, and a one-year warranty on parts. This contract is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested firms that believe they can meet the requirements must submit a capability statement to the Contracting Officer, Jubbar J. Arshad, by December 11, 2025, at 10:00 AM CST, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Detroit Lead Service Lines Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Detroit District, is conducting a Sources Sought notice to identify qualified contractors for the removal of lead service lines in Detroit, Michigan. The project focuses on the removal of corporation stops and portions of lead service lines at approximately 1,200 confirmed locations within public right-of-way areas, with the aim of addressing public health concerns related to lead contamination. This market research will inform the procurement method, potentially allowing for small business set-asides or full and open competition. Interested contractors are encouraged to respond by submitting the attached Sources Sought Survey to the designated contacts by 2:00 PM EST on December 23, 2025, with no costs incurred for participation. For further inquiries, contact Marna Rockwell at marna.l.rockwell@usace.army.mil or Kari Tauriainen at kari.tauriainen@usace.army.mil.