Special Notice for Sole Source Market Research for the St Albans Columbarium
ID: W912DS25S0031Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, specifically the Army Corps of Engineers, is conducting market research for a sole-source procurement related to the construction of the St Albans Columbarium in New York. The project requires specific brand name components, namely the Reduced Pressure Zone Assembly (RPZA) and Double Check Detector Assembly (DCDA) from Watts, due to local municipal requirements set by the NYCDEP, which are critical to avoid project delays. This procurement approach is justified under Federal Acquisition Regulation guidelines, indicating limited competition for these specialized items essential for compliance with municipal standards. Interested vendors can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum addresses a Sources Sought Notice for the St Albans Columbarium construction project by the New York District. Its primary purpose is to inform potential vendors about the government's intent to solicit specific brand name components, namely the Reduced Pressure Zone Assembly (RPZA) and Double Check Detector Assembly (DCDA) from Watts, as mandated by local municipal requirements (NYCDEP). The notice emphasizes that any deviations from the specified items will lead to project delays, as municipal approval hinges on these proprietary components. The memorandum stipulates that it serves solely as a market research tool and does not guarantee a formal Request for Proposal (RFP). Key contacts for detailed project inquiries are provided, underscoring the urgency of aligning with specified requirements to prevent disruptions in the project timeline and associated costs. The document outlines Federal Acquisition Regulation (FAR) guidelines justifying the sole-source procurement approach, signifying limited competition for these specialized items.
    Lifecycle
    Similar Opportunities
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    4810 Actuator Valve Assembly, 8 Inch IPS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of 8 Inch IPS Actuator Valve Assemblies, with a focus on brand-name products from CURTISS-WRIGHT FLOW CONTROL CORPORATION/NU-TORQUE. This acquisition will be negotiated under FAR Parts 12 and 13, emphasizing a firm-fixed price contract based on competitive quotes, with a submission deadline set for 12:00 PM on December 17, 2024. The goods are critical for military applications, and the procurement process encourages participation from small businesses, including service-disabled veteran-owned enterprises. Interested offerors should direct inquiries to Wilfredo Gervacio via email and are responsible for downloading the solicitation documents from Beta.Sam.Gov, ensuring compliance with all specified requirements and regulations.
    DEWATERING PARTS
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm, fixed-price contract to supply specific dewatering parts from McMaster-Carr, exclusively set aside for small businesses. The procurement requires detailed specifications for various components, including tees, adapters, pipe hangers, and eye bolts, with delivery scheduled to the U.S. Naval Ship Repair Facility in Sasebo, Japan, by December 19, 2025. This opportunity is crucial for maintaining operational readiness and efficiency in naval logistics, emphasizing the importance of timely delivery and compliance with shipping requirements. Interested vendors must submit their quotes by the revised deadline of December 19, 2025, at 10:00 AM PST, and can direct inquiries to Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    48--VALVE ASSEMBLY - AND OTHER REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure valve assemblies and other replacement parts, specifically NSN 7H-4820-015732063, with a quantity of 4 each. The procurement is limited to a single source, Sargent Aerospace & Defense LLC, due to the government's determination that it is uneconomical to acquire the data or rights necessary for alternative sourcing. These valve assemblies are critical components in various defense applications, and the government intends to solicit and negotiate exclusively with the approved supplier. Interested parties may submit their interest and capability statements within 45 days of this notice, and inquiries can be directed to Jennifer Elliott at jennifer.elliott@dla.mil.
    C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide design and construction services for the Plumbing GF Mitigation project at the Margaret Cochran Corbin Campus in New York, NY. The project aims to address persistent flooding and plumbing issues on the ground floor, requiring comprehensive investigation, solution development, and construction administration services. The estimated construction cost ranges from $5,000,000 to $8,000,000, with a firm fixed-price contract anticipated to be awarded on or before April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications electronically via SF 330 by January 15, 2026, and are encouraged to contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov for further inquiries.
    Intent to Sole Source ARMAG Relocation
    Consumer Product Safety Commission
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.
    Technical Assistance Services and Construction Phase (Title II) Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking technical assistance and construction phase services for improvements to the Georgetown Reservoir Building as part of the Washington Aqueduct project. The procurement involves ongoing support for Construction Phase (Title II) Services, which includes responding to Requests for Information (RFI), reviewing shop drawings and submittals, and coordinating inspections and project close-out documentation. These services are critical for ensuring the successful execution and completion of construction projects related to water supply facilities. Interested parties can contact Keilow King at keilow.king@usace.army.mil or 443-853-2052, or Sharon Alexander at sharon.l.alexander@usace.army.mil for further details.
    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 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.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    48--C.O.R.D.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 25 units of non-powered valves under the title "48--C.O.R.D." This acquisition is exclusively set aside for small business concerns, in accordance with FAR 19.5, and will involve the delivery of the specified items to the Portsmouth Naval Shipyard in Kittery, Maine. The valves are critical components for various defense applications, and the solicitation will include clauses addressing eligibility for HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns. Interested vendors should reach out to Lydia M. Shaloka at (215) 697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details and to express their interest within 15 days of this notice.