Notice of Intent to Sole Source to Rosemount Inc. - Rosemount temperature monitoring equipmen
ID: W9127N25QA019Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Portland District, intends to negotiate a sole source contract with Rosemount, Inc. for the procurement of specialized temperature monitoring equipment, specifically Rosemount RTD sensor/transmitter assemblies and a Rosemount 3144P Temperature Transmitter. This equipment is critical for monitoring water temperature at the Bonneville Lock and Dam to ensure compliance with National Pollutant Discharge Elimination System (NPDES) permits issued by the EPA and the states of Washington and Oregon. The use of Rosemount equipment is mandated due to its unique capabilities and the necessity for high accuracy in continuous temperature monitoring, which is essential for maintaining compliance with environmental regulations. Interested parties may submit capability statements to Consuelo Kiser at consuelo.j.kiser@usace.army.mil by March 21, 2025, as the government plans to proceed with the award around March 31, 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Repair of Hydrocarbon Monitors (technician on-site) plus parts (Inov8 Transducer and Light Source)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole source contract for the repair of hydrocarbon monitors at the John Day Lock and Dam in Rufus, Oregon. This procurement includes the provision of Inov8-GPS-TR-001 GPS transducers and Inov8-GPS-LA-001 GPS light sources, along with an on-site technician to perform repairs and maintenance for three days, with an option for an additional day. The equipment is critical for water purification and sewage treatment operations, ensuring the functionality and reliability of essential monitoring systems. Interested parties must submit their capability statements and relevant information to Jonathan MacAdam via email by 2:00 PM Pacific Time on March 27, 2025, as no competitive proposals will be solicited.
    Intent to Sole Source - The Dalles Dam Fine Water Mist System
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, intends to negotiate a sole source contract with Siemens Industry, Inc. for the repair, testing, and re-certification of the Fine Water Mist System at The Dalles Dam in Dallesport, Washington. This procurement is critical to ensure the operational integrity of the fire protection system that safeguards oil rooms and transformer vaults, which have faced maintenance issues leading to OSHA complaints. The government plans to solicit Siemens directly around April 5, 2025, and interested parties are encouraged to submit capability statements to the designated contacts, John Scukanec and Suzanne Hunt, by the response deadline of March 27, 2025.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, specifically the NAVSUP Weapon Systems Support office, is seeking to procure ten units of a specialized motion transducer, part number 70450-01081-107, from Rosemount Aerospace Inc. This procurement is classified as a sole source acquisition due to the lack of available drawings or data for alternative suppliers, emphasizing the critical nature of this component for defense operations. Interested parties are invited to submit capability statements or proposals within 35 days of this notice, although the government intends to negotiate exclusively with the identified source. For further inquiries, interested vendors can contact Kate N. Schalck at (215) 697-1020 or via email at kate.n.schalck.civ@us.navy.mil.
    INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
    John Day Dam - ODJ Thrust Bearing Oil Cooler Overhaul
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Portland District, is soliciting quotes for the rehabilitation of thrust bearing oil cooler sets at the John Day Dam in Oregon. This procurement involves the overhaul of three finned heat exchangers used to cool oil in General Electric turbine generators, which are critical for maintaining efficient hydroelectric power generation. The project is set aside for small businesses under NAICS Code 332410, with a firm fixed price arrangement and delivery timelines ranging from 90 to 360 days post-award. Interested parties must submit their quotes by 2:00 PM PST on March 27, 2025, to John Scukanec at john.r.scukanec@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
    Intent to Sole Source - Calibration of Soils Laboratory Testing Equipment
    Buyer not available
    The U.S. Army Corps of Engineers, New Orleans District, intends to award a sole-source contract for the calibration of soils laboratory testing equipment to CAL-CERT Co., the only authorized provider of these specialized services. This procurement is critical for maintaining the accuracy and reliability of geotechnical laboratory testing, which is essential for various engineering and construction projects. The contract is expected to be awarded under FAR 13.106-1(b)(1)(i), with an anticipated completion date around March 28, 2025. Interested parties must submit their capability documentation to Contract Specialist Taylor H. Brandon via email by March 19, 2025, at 11:00 AM Central Time to be considered for this opportunity.
    Fabrication and Delivery of Bronze Lantern Rings for Bonneville Lock and Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Portland District, is soliciting quotes for the fabrication and delivery of Bronze Lantern Rings for Powerhouse 1 at the Bonneville Lock and Dam in Cascade Locks, Oregon. The procurement requires the supply of five plates of C93200 Tin Bronze, measuring 12" x 36" x 2", along with 20 units processed by water jetting according to specific engineering drawings. These lantern rings are critical components for maintaining the structural integrity and functionality of the dam's infrastructure, ensuring compliance with federal safety standards. Interested vendors must register with the System for Award Management (SAM) and submit their proposals by March 19, 2025, to Jonathan MacAdam at jonathan.g.macadam@usace.army.mil or Suzanne Hunt at suzanne.w.hunt@usace.army.mil.
    Notice of Intent to Sole Source - Portable CBR Test Kit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Kessler Soils Engineering Products for the procurement of a Portable CBR Test Kit. This specialized equipment is essential for conducting field tests to estimate the California Bearing Ratio (CBR), which is critical for the design, construction, and evaluation of pavement subsurface layers, particularly in austere environments where traditional testing methods are impractical. The Portable CBR Test Kit will enhance the quality assessment and structural evaluation of airfield pavements, ensuring rapid military vehicle access in remote locations. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil by 2:00 PM CST on March 20, 2025, although this notice is not a request for competitive quotes or proposals.
    TRANSMITTER,TEMPERA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of electrical resistance temperature transmitters, specifically identified by NSN: 6685-003739004. This contract is critical for ensuring compliance with Quality Product List (QPL) requirements and spans a five-year period, with an estimated demand of 95 units annually, requiring a minimum order of 24 units and a maximum of 95 units per delivery. Suppliers must be registered in the System for Award Management (SAM) and will be evaluated based on price, past performance, and delivery, all weighted equally. Interested parties should submit written quotes by the closing date of April 18, 2025, and can contact Montana Kipp at Montana.Kipp@dla.mil or 804-279-3594 for further information.
    Source Sought - LLA Fish Pump - MCC and Electrical Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking expressions of interest from both large and small businesses for the LLA Fish Pump - MCC and Electrical Upgrades project. This Sources Sought Synopsis aims to assess market capabilities for the rehabilitation of fish pumps at the Lower Granite Lock and Dam, which includes the redesign of rewinds and bearings, as well as the procurement and installation of new Motor Control Centers (MCCs) with modernized control systems. The project is crucial for enhancing the reliability and performance of fish passage systems, reflecting the government's commitment to infrastructure and environmental stewardship. Interested firms must submit a capabilities package by April 7, 2025, to Zachary Newby at zachary.s.newby@usace.army.mil, and must be registered in the System for Award Management (SAM) to participate.