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)
    Dept Of Defense
    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
    Dept Of Defense
    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.
    NOTICE OF INTENT TO SOLE SOURCE(R. S. Means Company LLC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, intends to award a sole-source contract to R. S. Means Company LLC for the procurement of 20 concurrent user licenses of the CostWorks software and Full Library (CD Version). This procurement is justified under the Federal Acquisition Regulation for sole-source contracts due to the unique nature of the software and the urgency of the requirement. The CostWorks software is critical for cost estimating and project management within the Army Corps, ensuring accurate budgeting and resource allocation for various projects. Interested parties may submit capability statements to Eulanda Scott-Shingleton at eulanda.a.scott-shingleton@usace.army.mil by the specified response date, although this notice does not constitute a request for competitive proposals.
    Notice of Intent to Sole Source - Unloader Valve Assemblies
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, intends to award a sole-source contract to Emerson Process Management Power & Water Solutions, Inc. for the procurement of Governor Oil Pump Unloader Valve Assemblies necessary for the Lower Monumental Lock and Dam. This procurement aims to replace outdated mechanical unloader valve assemblies on existing Pelton C310 and C90 governor oil pumps, ensuring compatibility with the current infrastructure and maintaining operational reliability. The components are critical for the functionality of the power generation system, as the existing units are over 55 years old and nearing the end of their service life, with alternatives deemed impractical due to high costs and extended timelines. Interested parties may express their interest and capability in writing to Callie Rietfors at callie.rietfors@usace.army.mil by 10:00 AM PST on January 12, 2026, as this notice does not constitute a formal solicitation.
    Compact GuardLogix
    Energy, Department Of
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for the procurement of Compact GuardLogix SIL2 5.0/2.5M and associated accessories, including various I/O modules and power supplies. This request for proposals (RFP) aims to acquire specific industrial control components essential for automation and control systems, emphasizing the need for either the specified products or their domestic equivalents. Proposals are due by December 30, 2025, at 4:00 PM EST, with questions accepted until December 26, 2025; the award will be made to the lowest-priced, technically acceptable offer. Interested vendors should contact Brittanie Mack-Brewster at mackbrewstbc@ornl.gov for further details and ensure compliance with all required certifications and terms outlined in the solicitation documents.
    Notice of Intent to Sole Source - Guide Cell Reconstruction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to negotiate a sole source modification contract with Massman Construction Co. for the emergency replacement of a downstream guide cell at Lock and Dam 25 in Winfield, Missouri. The contractor will be responsible for providing the necessary materials and labor to reconstruct a failed guide cell, which is critical for maintaining the operational integrity of the dam. This procurement is being conducted on a sole source basis due to unusual and compelling urgency, and no solicitation will be posted on Contracting Opportunities SAM.gov. Interested parties may contact Whitney Dee at whitney.r.dee@usace.army.mil or by phone at 314-331-8621 for further information.
    Notice of Intent to Sole Source to Ferguson Industrial Company
    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 Ferguson Industrial Company for the rebuilding of a crane cylinder for the MV Grugett. This procurement is classified under the NAICS code 811310 and is set aside for small businesses, with a size standard of $12.5 million. The services are critical for maintaining operational capabilities of marine equipment, ensuring the reliability and functionality of the crane used in the district's operations. Interested firms must submit their capability documentation to Contract Specialist Alexandria Duckett via email by 10:00 a.m. Central Time on December 30, 2025, as this notice is for informational purposes only and does not constitute a request for competitive quotes.
    Notice of Intent to Solicit and Award a Sole Source
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, intends to award a sole source contract for the procurement of a replacement Drag-arm winch and a Hydraulic Power Unit (HPU) for the Dredge Murden. This contract aims to provide essential equipment that is critical for maintaining the operational capabilities of the dredge, ensuring that the items are direct replacements to fit the current vessel configuration. The procurement is justified as a sole source due to the proprietary nature of the equipment, with Coastal Marine Equipment, Inc. identified as the only small business vendor capable of fulfilling the requirements. Interested parties may express their interest and submit a capabilities statement by January 2, 2026, at 4:00 PM EST, with the point of contact being Contract Specialist Jenifer Garland at jenifer.m.garland@usace.army.mil.
    SCADA Aveva Edge software
    Dept Of Defense
    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
    Dept Of Defense
    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.